Loading...
HomeMy WebLinkAboutContract i Ar CeAWN00 Ca 6'1 o0- avifah Ce fto Award Date: CAG-05-201 Awarded to: Net Versant Washington, Inc. 3848 1st Ave. S. Seattle, WA 98134 $24,941.31 �Y O ti Bidding Requirements,City of Renton Forms, Contract Forms, Conditions of r{j, the Contract, Plans and Specifications MEW IN City of Renton Construction of: WiFi System Installation at West Hill Standpipe Reservoir PROJECT NO. IS-2005-6 w City of Renton 1055 South Grady Way Renton WA 98055 Project Manager: Ron Hansen �r. 425-430-6873 w ® Printed on Recycled Paper r CITY OF RENTON IS-2005-6 WiFi System Installation West Hill .� CONTRACT DOCUMENT TABLE OF CONTENTS *Invitation to Submit Bid „�. *Combined Affidavit&Certificate Form: Non-Collusion,Anti-Trust Claims,Minimum Wage Form Scope of Work Vicinity Map Instructions to Bidders Technical Provisions Contract Plans Contract Documents Summary of Fair Practices Policy Summary of Americans with Disability Act Policy ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal -Aid FHWA) ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form Prevailing Minimum Hourly Wage Rates(New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages City of Renton Supplemental Specifications r City of Renton Special Provisions Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. i * Submit with Bid ❖ Submit at Notice of Award CITY OF RENTON Finance and Information Services 1055 South Grady Way Renton,Washington 98055 .r .r table-of-contents.doc\ r CITY OF RENTON Combined Affidavit and Certification form: Non-Collusion,Anti-Trust,and Minimum Wage (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that r such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over- charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this r order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance .. as set forth therein is true to my knowledge and belief. FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT (;J / �'I 5'YS =tea �- SY+'_1 o p' P Name of Project vo/.e- /��' I/c--use v J JIQ s Name of Bidde ' Firm Signature of Authorized Representative of Bidder Subscribed and sworn to before me on �IS Zn� day of 200a. p��E M F N, �,t±Trt, Notary P is in and for the ate of Washington Notary (Print) My appointment expires: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices. The Undersigned bidder hereby understands that, if awarded the contract, it must start work on the project within five (5) days after notice to proceed and complete the work within fifteen (15)consecutive working days after starting construction. Dated at S 1�TZ1� this 2-N-10 day of 2005. Name of Company: tjP-5 y Printed Name: Signature: Title: xlFe a 3'/1AF Address: c-/ ) C, '5*�Yu'-- Telephone: F x: State Contractors License No. 0 AJ City of Renton Business License No. <j/2 Page 2 of 2 Invitation-to-submi t.d oc\ CITY OF RENTON INVITATION TO SUBMIT BID FOR WIFI SYSTEM INSTALLATION WEST HILL STANDPIPE RESERVOIR PROJECT NO. IS-2005-6 Sealed bids will be received until 2:30 p.m. Wednesday November 2"d at the City Clerk's office, 7`h floor and will be opened and publicly read in conference room 107 on the I" floor, Renton City Hall, 1055 South Grady Way,Renton WA 98055. The work to be performed within 15 working days from the date of commencement under this contract shall include,but not be limited to: The W1Fi System Installation Project at West Hill Standpipe Reservoir consists of the installment of new antennas and radios at the top of the City's reservoir. Work includes installation of(2) antenna masts, (5) antennas, and (5) radios at the top of the reservoir; installation of an electrical equipment enclosure and junction box at the bottom of the reservoir, conduit and wiring from the enclosures at the base of the reservoir to the equipment installed at the top of the reservoir, and the installation of electrical wireway in a vault at the base of the reservoir. The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for installing a WiFi system at the reservoir as shown on the contract plans, and specifications, including all electrical work, coordination with Owner, testing, start-up, schedule updating,permitting,as-builts,O&M manual,calibration, and safety. Payment shall be lump sum. Lump Sum Bid Amount: $ 2�2, 9-Z -'/' , O D Sales Tax at 8.8% $ Total Bid Amount: $ r The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. If a bidder has any questions regarding the project,please contact the Project Manager,Ron Hansen, at 1055 South Grady Way, Renton,WA 98055 or(425)430-6873. The estimated project cost range is$15,000 to$19,000. i The City's Fair Practices,Non-Discrimination, and Americans with Disability Act Policies shall apply. r. Page 1 of 2 Invitation-to-s ubmit.doc\ tt� r CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered.into this day of NOVEMBER , 200 5 by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, .. hereinafter referred to as "CITY" and NETVERSANT—WASHINGTON, INC. , hereinafter referred to as "CONTRACTOR." r WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 15 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract,and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. IS-2005-6 for improvement by construction and installation of: Work as described in"Scope of Work"dated 11/02/05 ,attached hereto. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract,entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto .. attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions,if any i) Technical Specifications,if any i i i 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a i receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless i within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made,this Contract, shall, upon the expiration of said ten (10)day period, cease and terminate in r, every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not i commence performance thereof within thirty (30) days from the date of serving such notice, the City it may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, i appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. i 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. The Contractor agrees to name the City as an additional insured. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, i then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers of employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a) the Contractor's agents or employees and (b) the City, its agents, officers and i employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. i 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail,postage prepaid,certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 15 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in,writing, or liability expressed or implied arising out of a written agreement. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of_ 24.941.31 !r numbers TWENTY—FOUR THOUSAND NINE HUNDRED FORTY ONE DOLLARS & THIRTY—ONE CENTS written words which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above- written. CONTRAC OR CITY OF RENTON President/Partner/Owner Mayor J Kathy Keolker—Wheeler Geor F N c W rn A J , biecu+,'ue_ V.P. ATTEST Secretary Bonnie I. Walton City Clerk dba ' Firm Name check one ❑ Individual ❑ Partnership ® Corporation Incorporated in WASHINGTON Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as)and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear followed by d/b/a and name of the company. CITY OF RENTON FAIR PRACTICES POLICY 1VT�� AFFIDAVIT OF COMPLIANCE NETVERSANT—WASHINGTON, INC. hereby confirms and declares that (Name of contractor/subcontractor/consultant) r I. It is the policy of NETVERSANT—WASHINGTON, INC. to offer equal (Name of contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race,creed,color, sex,national origin,age,disability or veteran status. II NETVERSANT—WASHINGTON, ICN. complies with all applicable (Name of contractor/subcontractor/consultant) federal, state and local laws governing non-discrimination in employment. III. When applicable, NETVERSANT—WASHINGTON, INC- will seek out and (Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. GEOFF NEWMAN Print Agent/Representative's Name EXECUTIVE VICE PRESIDENT Print Agent/Representative's itle & Agent/Representative's Signature NOVEMBER 8. 2005 Date Signed r r: HAFile Sys\WTR-Drinking Water Utility\WTR-27-Water Project FilesUS_Project\14_FAIR.DOC\ �r r. r. CITY OF RENTON ,r IS-2005-6 WiFi System Installation West Hill SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: +� The WiF1 System Installation Project at West Hill Standpipe Reservoir consists of the installment of new antennas and radios at the top of the City's reservoir. Work includes installation of (2) antenna masts, (5) antennas, and (5) radios at the top of the reservoir; .. installation of an electrical equipment enclosure and junction box at the bottom of the reservoir, conduit and wiring from the enclosures at the base of the reservoir to the equipment installed at the top of the reservoir, and the installation of electrical wireway in a vault at the base of the reservoir. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. A total of 15 working days will be allowed for the completion of this project. r r. r■ 04_SCOPE.DOC\ r CITY OF RENTON IS-2005-6 WiFi System Installation West Hill tSCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: The WiFi System Installation Project at West Hill Standpipe Reservoir consists of the installment of new antennas and radios at the top of the City's reservoir. Work includes installation of (2) antenna masts, (5) antennas, and (5) radios at the top of the reservoir; installation of an electrical equipment enclosure and junction box at the bottom of the reservoir, conduit and wiring from the enclosures at the base of the reservoir to the equipment installed at the top of the reservoir, and the installation of electrical wireway in a vault at the base of the reservoir. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. A total of 15 working days will be allowed for the completion of this project. r � N 04_SCOPE.D00 O�oI•AesA<G 22780 9 20NAL xmKs 3 19 2 SICNER 08/17/05 _-'- - tl - .. ... ....- - ._. -.... -... ..... .. -....- ... ... ..-.. _ -._ -.. -..._... .38613 0 _ blen•r. 202AL 4{' I cxn66s 7 u zoo? SIGN£k 08/17/05 V� VIO]i `R + AP ♦ _ 116th P I; I1I _ ._<Ii VICIINITYMJ�.' '1' aP e_N` 7Bd, L !s it 11 `-- —_fir 11 � �-!I - ll s�;netn]sil j 1 ii! IS-12 oa,p J I_ - s__,mil st--- 'I -s 1 L2otn !I '71 t ' O p i!S!'1221 M 11 St� t22W-_� 12Znd �5t � S 121st Std r-i - ` 123rd 1 123rd I ISL Nw 7th St l �! Z �tt23rd I I R�C23rd''pL !` j S 1,24 I�Ih j I sc t24tA 1�,44tl�;6t i ` I�_ N Btn SC Z -— - 6,h st 1 ---= E J `"°�i iI s Ni' <il iy slzatns►i^LNw= a` �\ ,I Z Q w O \�Ir�l�, I!--JI <! I 11 ( � s r,s ! q1-- ! s,L1i_II 1, (-1( aw sm � ��� O W F:. W a !I `5�1��i -\ CMS iI o' II II II i 1 I i Z Z W Q w i C i� III I� I J; w It. 2 PROJECT I;-;; cc a - vI$129M SS_1 I J I I /r ( I F 0 0 cc �¢ ---- s► 1.$ -r sip j<, I LOCATION �,� I!� J(�� � O 1 Z w '^ _ -- _ _ -_ ,.,�_ s �, , �,.—,i ,I a ;�<<„ t -- A'14 A s S 132nd$t \Sd' -�\tt i' oil? I' ! ' ++�jj I I I J J -- `-- - `'7 t---- r. I Nw 2nd % _� -- 1 11�.��L dl� Q T7 F — �. - �� r r--_ f _ s 132nd St i1s_TBDn std !I' LL Im Aw S 1351n St 1' i?te,st ---_g I __=:_5_� t j ! N Z ! `l; 'I � V) 4V L st 5 2nd$t.. .__JL X[31._ ,t r T!� .!r N —11137th St Ali, � v� -; k N h ;j, _ I pt mc,fi� wo tss a RRd 8W I(' \ I' /f ((face--- - 1 f� � RH2 ENGINEERING,INC. $t f !L! L �LSU/ BELLfNGHAM OFFICE 3rB454 O0 T6w7NE0LL+n o R.W OFFICE gal ry_I I'S-M!"� 5// L � l 112215090 5 145 1,0 u 0 sneN serve,00� SR FAST WENAiCHEEOFFICE 1 1 _ 509.666.2900 t_f=—/-�JJ"��� 360 Sh—Street.Me 5 PORT ORCHARD OFFICE Sw 12„1$,• 360676.7960 =--f'y 600 IGlsop shat.wt.101 i/y� �ry7ff1T� ----���Tr ; \ 3i!LPL - 0 st I SCALE: SHOWN SR-167 �, , ►� s ry! N / DRAWING IS NOT TO SCALE `•1 �•;`` ` f �S 17tl1 St \`,�l ff BAR IS NOT 2'LONG SiBtl1/��� �\` ^ 1 o9cxn swtmnst WI � _�Ir—�! I 1 cxomcCMR G01 sl �� !� ! 1�S o AUG 17,2005 9�m xa i NOT TO SCALE mR REN +» 105-053 3 RnuYe WFS-D-'A r INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until the time and the date specified in the Invitation to Submit Bid At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. The work to be done is shown in the plans and/or specifications. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. +� 3. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 4. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors,the unit price bid will govern. Illegible figures will invalidate the bid. 6. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 7. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 8. The bidder shall, upon request, furnish information to the City as to his financial and r practical ability to satisfactorily perform the work. 9. Payment for this work will be made in Cash Warrants. 10. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed herein and/or as identified within Specification Section 1-07.18. 11. The contractor,prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 12. Payment retainage shall be done in accordance with Section 1-09.0(2) "Retainage and .r Section 1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton Supplemental Specifications. 13. Basis For Approval : The construction contract will be awarded by the City of Renton to the r lowest,responsible,responsive bidder. The bidder shall bid on all schedules set forth in the bid forms. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award .. any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 14. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefore shall require adequate safety systems for r M the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental �► to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 15. Payment of Prevailing Wages r In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed r on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist,between the CONTRACTOR and any laborers, workmen, mechanics _ or subconsultants. The most recent issue of the prevailing wage rate is included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The CONTRACTOR is responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the CONTRACTOR may enter into for work on this project. r 16. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. r. 17. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the r prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and ,. violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 18. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Transportation Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. A. WSDOT/APWA "1996 Standard Specifications for Road,Bridge and Municipal Construction" and"Division 1 APWA Supplement"hereinafter referred to by the r` abbreviated title "Standard Specifications." 1. Any reference to"State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read"City of Renton,"unless specifically referring to a standard specification or test method. ur r L 2. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1- 09.14,Measurement and Payment(added herein) shall govern. 1 18. A soils investigation has NOT been performed for this project by a consultant for the City. The Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non- discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does .�. not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements,governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair _ practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and '■' suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. ~ Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. r. CONCURRED IN by the City Council of the City of RENTON,Washington,this 7thday of October, 1996. .r CITY OF RENTON: RENTON CITY COUNCIL: ar ` iV(ayor Council President Attest: City Cler1 r 03_SUMRY.D0C\ CITY OF RENTON SUMWARY OFAAIMCANS WMI DISABII.ITIF..4ACT POLICY ADOPTED BYRESOLU77ONNO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal cmployment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection,promotion,termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) AMERICANS WM-1 DISABII., MS ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTOR' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. C RENTON RENTON CITY COUNCIL: Mayor C6uncil President Attest: City Clerk City of Renton BID PROPOSAL, CONTRACT DOCUMENTS, AND SPECIFICATIONS FOR: 2005 WiFi System Installation West Hill Standpipe Reservoir Summer 2005 THE CONTENT OF THIS DOCUMENT,AS A MEANS OF PROFESSIONAL SERVICE, IS PROTECTED BY 17 U.S.C.§ 101,ET SEQ AS SUCH,IT SHALL NOT BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT OR PURPOSE WITHOUT WRITTEN AUTHORIZATION FROM RH2 ENGINEERING.©2005 RH2 ENGINEERING,INC. As �p .1AS,,,Al� ov.22780 38613 k4'GIST kRC9 R€GISTERF9 CSC FsS1ovA1 �� P`!7 o 5 �/G 5 EXPIRES 3114/06 EXPUtES 711W7 City of Renton t WiFi System Installation — West Hill Standpipe Reservoir Table of Contents Division 1 General.............. 1.1 Project Description......................................... 1-1 1.2 Contractor's Responsibility....................... 1-1 1.3 Special Inspection Scheduling..................................................................................... 1-1 1.4 Standard Specifications................................................................................................. 1-2 1.5 Pre-Construction Conference...................................................................................... 1-2 1.6 Toxic Spill or Release Contact Requirements.......................................................... 1-2 1.7 Submittal and Shop Drawings.................................................................................... 1-3 1.8 Substitutions................................................................................................................... 1-4 1.9 Waste Material Control................................................................................................ 14 1.10 Temporary Facilities and Utilities.............................................................................. 1-5 1.11 Warranty..................................................................................................................... 1-5 Division 2 Sitework Not Used The Contract............... ...................................2-1 Division 3 Concrete Not Used This Contract Division 4 Masonry Not Used This Contract............................................................................4-1 Division 5 Fabricated Metalwork and Structural Plastics 5-1 ...................... 5.1 General.............................................................................................................................5-1 5.2 Seismic Restraint and Anchorage - General..............................................................5-1 1 5.3 Galvanized Steel.............................................................................................................5-1 5.4 Stainless Steel..................................................................................................................5-1 5.5 Structural Connectors..................................................... ..........5-2 .................................... 5.6 Welding..................................................................................................................... ..5-2 , Division 6 Carpentry Not Used This Contract...................................... .......6-1 ............................ Division 7 Thermal and Moisture Protection Not Used This Contract...............................7-1 Division 8 Doors and Windows Not Used This Contract......................................................8-1 Division 9 Finishes Not Used This Contract.............................................................................9-1 ' Division 10 Specialties Not Used This Contract.....................................................................10-1 Division 11 Equipment Not Used This Contract...................................................................11-1 t Division 12 Furnishings Not Used This Contract..................................................................12-1 Division 13 Special Construction Not Used This Contract..................................................13-1 j Division 14 Conveying Systems Not Used This Contract.....................................................14-1 i I J:\data\REN\105-053\Specs\Technicals.doc 8/17/2005 7:46:32 AM ©2005 RH2 Engineering,Inc. City of Renton WiFi System Installation—West Hill Standpipe Reservoir Table of Contents Division1 General............................................................................................................................1-1 1.1 Project Description................................................................................. 1.2 Contractor's Responsibility...........................................................................................1-1 1.3 Special Inspection Scheduling 1-1 1.4 Standard Specifications..................................................................................................1-2 1.5 Pre-Construction Conference.......................................................................................1-2 1.6 Toxic Spill or Release Contact Requirements ............................................................1-2 �. 1.7 Submittal and Shop Drawings......................................................................................1-3 1.8 Substitutions....................................................................................................................1-4 .. 1.9 Waste Material Control..................................................................................................1-4 1.10 Temporary Facilities and Utilities.................................................................................1-5 1.11 Warranty...........................................................................................................................1-5 Division 2 Sitework Not Used The Contract...............................................................................2-1 Division 3 Concrete Not Used This Contract..............................................................................3-1 Division 4 Masonry Not Used This Contract..............................................................................4-1 Division 5 Fabricated Metalwork and Structural Plastics...........................................................5-1 5.1 General.............................................................................................................................5-1 5.2 Seismic Restraint and Anchorage - General...............................................................5-1 r 5.3 Galvanized Steel..............................................................................................................5-1 5.4 Stainless Steel...................................................................................................................5-1 5.5 Structural Connectors....................................................................................................5-2 5.6 Welding............................................................................................................................5-2 Division 6 Carpentry Not Used This Contract............................................................................6-1 Division 7 Thermal and Moisture Protection Not Used This Contract...................................7-1 Division 8 Doors and Windows Not Used This Contract.........................................................8-1 Division 9 Finishes Not Used This Contract...............................................................................9-1 Division 10 Specialties Not Used This Contract....................................................................... 10-1 Division 11 Equipment Not Used This Contract..................................................................... 11-1 Division 12 Furnishings Not Used This Contract.................................................................... 12-1 Division 13 Special Construction Not Used This Contract.................................................... 13-1 +� Division 14 Conveying Systems Not Used This Contract....................................................... 14-1 I:\My Documents\WirelessNetwork\Projects\Res.West Hill\RH2 Design.doc 10/27/2005 3:07 PM ©2005 RH2 Engineering,Inc. V City of Renton ' WiFi System Installation—West Hill Standpipe Reservoir Table of Contents ' Division 15 Mechanical Not Used This Contract..................................................................... 15-1 Division16 Electrical.................................................................................................................... 16-1 16.1 General.......................................................................................................................... 16-1 , 16.2 Submittals...................................................................................................................... 16-1 16.3 Codes and Standards................................................................................................... 16-1 , 16.4 Identification of Listed Products............................................................................... 16-1 16.5 Permits and Fees.......................................................................................................... 16-2 16.6 Minor Deviations......................................................................................................... 16-2 , 16.7 Job Conditions............................................................................................................. 16-2 A. Construction Power.................................................................................................... 16-2 ' 16.8 Location........................................................................................................................ 16-2 A. General.......................................................................................................................... 16-2 , B. Definitions of Type of Locations.............................................................................. 16-2 16.9 Electrical Enclosure..................................................................................................... 16-3 ' 16.10 Raceways................................................................................................................... 16-3 A. Materials........................................................................................................................ 16-3 ' B. Location Schedule........................................................................................................ 16-4 C. Installation.................................................................................................................... 16-4 ' D. Wireway Installation.................................................................................................... 16-5 16.11 Outlet and Junction Boxes..................................................................................... 16-5 , 16.12 Low Voltage Wire and Cable................................................................................. 16-5 A. Materials........................................................................................................................ 16-6 , B. Installation.................................................................................................................... 16-6 16.13 Signal Cable.............................................................................................................. 16-7 ' A. Materials........................................................................................................................ 16-7 B. Installation.................................................................................................................... 16-7 ' 16.14 Electrical Grounding.............................................................................................. 16-7 A. General.......................................................................................................................... 16-7 B. System Components.................................................................................................... 16-7 C. Installation.................................................................................................................... 16-7 D. Testing........................................................................................................................... 16-7 ii ' I:\My Documents\WirelessNetwork\Projects\Res.West Mill\RH2 Design.doc 10/27/2005 3:43 PM ©2005 RH2 Engineering,Inc. , City of Renton ` WiFi System Installation—West Hill Standpipe Reservoir Table of Contents 16.15 General Installation................................................................................................. 16-7 .. A. Materials........................................................................................................................ 16-7 B. Installation.................................................................................................................... 16-8 .� 16.16 Testing...................................................................................................................... 16-9 A. Requirements................................................................................................................ 16-9 Division 17 Automatic Control Not Used This Contract....................................................... 17-1 Division 18 Measurement and Payment..................................................................................... 18-1 18.1 Payment......................................................................................................................... 18-1 18.2 Bid Item No. 1 —WiFi System Complete................................................................ 18-1 r VO r nr �.. iii I:\My Documents\WirelessNetwork\Projects\Res.West Hill\RH2 Design.doc 10/27/2005 3:47 PM ©2005 RI-12 Engineering,Inc. tr Division 1 General , 1.1 Project Description ' The WiFi System Installation Project at the West Hill Standpipe Reservoir consists of the installment of new antennas and radios at the top of the City's reservoir. Work includes installation of (2) antenna masts, (5) antennas, and (5) radios at the top of the reservoir; installation of an electrical equipment enclosure and junction box at the bottom of the ' reservoir, conduit and wiring from the enclosures at the base of the reservoir to the equipment installed at the top of the reservoir, and the installation of electrical witeway in a vault at the base of the reservoir. ' 1.2 Contractor's Responsibility The work included in this contract is shown on the contract plans and described in these ' project specifications. All work incidental and necessary to the completion of the work described and shown shall be performed by the Contractor. In submitting a bid for this project, the Bidder warrants that they are an expert in this and related work, that they , understand the process and functions shown, and that various work and processes not shown but necessary for the successful operation of this project will be provided by the Contractor. , Damage to existing utilities or property shall be repaired or replaced by the Contractor at the discretion of the Owner. The Contractor and each of the Subcontractors are responsible for coordinating the ' required inspections. There are specific requirements for inspection responsibilities and the advance notice that must be given to minimize construction delays. It is the , Contractors responsibility to be familiar with these requirements, include the coordination necessary in this estimate of project costs and schedule, and to comply with the requirements during construction. Failure to follow proper inspection and notification procedures may result in on-site work stoppages and removal or demolition of ' unapproved structures or systems, all at the Contractor's expense. Do not start work on this project or on any public or private right-of-way or easement ' until clearance is given by the owner. It will be the responsibility of the Contractor to comply with the requirements of any permit for the project. Do not hinder private property access without a 24-hour notice to the private property owner, and do not hinder ' access for more than an 8-hour period. Do not disrupt emergency aid access to private property. 1.3 Special Inspection Scheduling ' Unless otherwise noted on the plans or within these specifications, 24-hour prior notice shall be given to the Engineer for all inspections required for the construction of the ' project. 48-hour notice is defined as 2 complete working day notice. Time is not counted on weekends and holidays (inspections required on a Monday or the day after a holiday shall be scheduled a minimum of 48 hours in advance not including the holiday hours or , weekend hours.) 1-1 , L\My Documents\WirelessNeavork\Projects\Res.West Hill\RI-12 Design.doc 10/27/2005 3:07 PM ©2005 RH2 Engineering,Inc. ' Summer 2005 City of Renton Division 1—General 2005 WiFi System Installation West Hill Standpipe Reservoir For information regarding inspection responsibilities and coordination, contact the Owner. 1.4 Standard Specifications Work under this contract shall be performed in accordance with applicable sections of the ■• current Standard Specifications for Road, Bridge and Municipal Construction,Washington State Chapter, American Public Works Association, and Washington State Department of Transportation, hereafter referred to as the Standard Specifications. Certain other referenced standards used in this specification are from the latest editions of: • IBC International Building Code 2003 IPC International Plumbing Code • IMC International Mechanical Code • NEC National Electrical Code • AWWA American Water Works Association • ANSI American National Standards Institute • ASA American Standards Association ■. • ASTM American Society for Testing and Materials 1.5 Pre-Construction Conference The Owner will schedule a general pre-construction conference not more than 10 days after the notice to proceed is issued. The following personnel must attend the Conference: The person representing the Contractor with contract authority The project site superintendent w. Major subcontractor site superintendents The Owner and their representative shall be present The Owner may require that some subcontractors attend a pre-construction conference prior to beginning work on this project. In the event that subcontractors have not been selected prior to the general pre-construction conference, or various subcontractors do not attend the general pre-construction conference, a second pre-construction conference will be scheduled for these subcontractors. If requested, a subcontractor may not begin work until attending a pre-construction conference. r 1.6 Toxic Spill or Release Contact Requirements r During construction, if there is any toxic substance spill or release discharged into the environment, report the location, quantity, date and time of the spill or release to Washington State Emergency Management at 1 (800) 258-5990 and the Owner's representative. Spills shall be monitored, contained, and cleaned up to applicable codes at 1-2 1:\My Documents\WirelessNet%vork\Projects\Res.West Hill\R42 Design.doc 10/27/2005 3:43 PM ©2005 RH2 Engineering,Inc. City of Renton Summer 2005 2005 WiFi System Installation Division 1—General West Hill Standpipe Reservoir the Contractor's expense. 1.7 Submittal and Shop Drawings Shop drawing submittals are required for all items installed on this contract. Submit 5 , copies of each submittal to: City of Renton 1055 South Grady Way , Renton,WA 98055 Attn: Ron Hansen Submittal data for each item shall contain sufficient information on each item to , determine if it is in compliance with the contract requirements. Items that are installed in the work that have not been approved through the shop ' drawing process shall be removed and an approved product shall be furnished, all at the Contractors expense. Shop drawing review will be limited to general design requirements only, and shall not relieve the Contractor from responsibility for errors or omissions, or responsibility for consequences due to deviations from the contract documents. No changes may be made , in any submittal after it has been reviewed except with written notice and approval from the Owner. Shop drawings shall be submitted on 8'/a" x 11", 11" x 17", or 22" x 34" sheets and shall ' contain the following information: 1. Project Name as it appears on the Document Cover. , 2. Prime Contractor and Applicable Subcontractor. 3. RH2 Engineering. , 4. Owner's Name. 5. Applicable Specification and Drawings Reference. ' 6. A stamp showing that the Contractor has checked the equipment for conformance with the contract requirements, coordination with other work on the job, and dimensional suitability. , 7. A place for the Engineer to stamp. Submittals that do not comply with these requirements may be returned to the Contractor ' for re-submittal. Acceptable submittals will be reviewed as promptly as possible, and transmitted to the Contractor not later than 20 working days after receipt by the Engineer. Revise and submit as necessary. Delays caused by the need for re-submittal shall not be a ' basis for an extension of contract time or delay damages. Three sets of shop drawings will be returned to the Contractor after review. Shop drawings and submittals shall contain the following information for all items: , 1. Shop or equipment drawings, dimensions, and weights. 1-3 , I:\My Documents\WirelessNeavork\Projects\Res.West IIill\RI12 Design.doc 10/27/2005 3:49 PM 0 2005 RI I2 Engineering,Inc. , Summer 2005 City of Renton Division 1—General 2005 WiFi System Installation West Hill Standpipe Reservoir 1. Catalog information. 2. Manufacturer's specifications. 3. Special handling instructions. 4. Maintenance requirements. 5. Wiring and control diagrams. 6. List of contract exceptions. By approving and submitting shop drawings and samples, the Contractor warrants that they have determined and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data, and have checked and coordinated each shop drawing with the requirements of the work and of the contract documents. The Owner will pay the costs and provide review services for a first and second review of .r each submittal item. Additional reviews shall be paid by Contractor by withholding the appropriate amounts from each payment estimate. The Contractor is responsible for identifying the shop drawings and submittals required for this project. Items that are installed but have not been approved through the submittal process may be rejected and must be removed and replaced with an approved product. Specific submittal requirements are listed in each section of these specifications. Contractor shall keep a complete and up to date copy of all submittals and review responses at the job site readily available to the Engineer and Owner for inspection. 1.8 Substitutions Any product or construction method that does not meet these specifications will be r. considered a substitution. Substitutions must be approved prior to their installation or use on this project. .. 1.9 Waste Material Control Adhere to all requirements of federal, state, and local statutes and regulations dealing with pollution. Permit no public nuisances. Use only dump sites that are approved by the regulatory agency having jurisdiction, and present proof of approval upon request. •• At all times, keep the construction area clean and orderly and upon completion of the work, leave buildings broom clean and all parts of the work clean and free of rubbish and excess material of any kind. Leave fixtures, equipment, walls, and floors clean and free of ■• stains, paint or roofing splashes, or other marks or defects. Upon completion, restore site of all work or equipment and material storage areas to their original conditions. Remove all miscellaneous unused material resulting from work and dispose of it in a manner •r satisfactory to the Owner. The site, through the progress of construction, shall be kept as clean as possible and in a neat condition. The Contractor shall follow all requirements and guidelines of the Puget Sound Air Pollution Control Agency (PSAPCA) and other associated agencies. 1-4 I:\My Documents-\WirelessNetwork\Projects\Res.West I Iill\RH2 Design.doc 10/27/2005 3:44 PM ©2005 R142 Engineering,Inc. WID City of Renton Summer 2005 ' 2005 WiFi System Installation Division 1—General West Hill Standpipe Reservoir ' Use water sprinkling, temporary enclosures, or other methods to limit dust and dirt from , rising and scattering in the air. Surface water runoff that is contaminated with site debris, silt, or other material that adversely effects water quality shall be collected and cleaned prior to discharge. On site collection ponds may not be used to keep silt laden water from , entering the storm water collection system. Do not use water to control dust when its use may create hazardous or objectionable conditions such as ice formation, flooding, and pollution. , The Contractor shall minimize the amount of dust and other airborne particles caused by any demolition, excavation, stockpiling, or removal activities. Dust control measures shall , be implemented by the Contractor prior to the beginning of work activities. Exposed soil may be wetted with water or covered to minimize dust creation. Water runoff from the wetting procedure shall be accumulated and cleaned prior to disposal. Water runoff ' accumulation shall be removed from the site prior to project completion. The Contractor shall take precautions to warn, protect, and prevent the public from all hazards that exist on site due to any demolition or construction operations. Stockpiled , debris shall be surrounded with yellow warning tape attached to lath, stakes, poles, or fencing to warn the public of any potential hazard. 1.10 Temporary Facilities and Utilities , The Contractor shall be responsible for construction and location of all field offices, all necessary water for construction-related fire protection, all necessary gates and barricades, , fences, handrails, guard rails, and securities required by this contract, or by laws and regulations. Sanitary facilities adequate for all workers shall comply with all codes and regulations. there shall be shelters and dry facilities for the workers as required. The Contractor shall insure that all guards, marks, shields, protective clothing, rain gear, and other equipment required by law, ordinance, labor contracts, Occupational Safety and Health Administration (OSHA) regulations, and other regulations for the maintenance of ' health and safety be supplied. First aid kits and equipment as required by law shall also be supplied. At the close of this contract, the Contractor shall pay all utility bills that are outstanding, ' remove all temporary electrical, sanitary, gas, telephone and water facilities, and any other temporary service equipment that may remain. In addition, the Contractor shall arrange , for the transfer of electrical and water accounts to the Owner's name. The Contractor shall be responsible for an adequate temporary electrical system. This system shall be arranged by and all costs paid by the Contractor. , 1.11 Warranty The Contractor shall warrant all products used in the construction of this project for a , period of 1 year following project acceptance except for those components and listed warrantees below. The date of project acceptance is defined as the date the final payment is sent to the Contractor from the Owner. , Warranty does not cover damage due to misuse by the Owner or "Acts of God" as defined 1-5 ' I:\My Documents\WirelessNchvork\Projects\Res.West HiI1\RI I2 Design.doc 10/27/2005 3:44 PM ©2005 RH2 Engineering,Inc. , Summer 2005 City of Renton Division 1—General 2005 WiFi System Installation West Hill Standpipe Reservoir under the General Conditions. rrr I:\My Documents\WirelessNeavork\Projects\Res.West Hill\RH2 Design.doc 1-6 10/27/2005 3:07 PM 0 2005 R142 Engineering,Inc. Division 2 Sitework ' Not Used The Contract , 1 1 1 1 1 2-1 I:\My Documents\WirelessNetwork\Projects\Res.West Hill\RH2 Design.doc 10/27/2005 3:07 PNI 0 2005 RH2 Engineering,Inc. Division 3 Concrete Not Used This Contract yl 1 � 1 = 1 1 ' 1 � 1 t � t 1 � 1 3-1 I:\My Documents\WirelessNet�vork\Projects\Res.West Hill\RH2 Design.doc 10/27/2005 3:07 PM 0 2005 RI-12 Engineering,Inc. Division 4 Masonry , Not Used This Contract , 1 1 1 4-1 L I:\My Docum....lWirelessNetwork\Projects\Res.West HIIIIRH2 Design.doc 10/27/2005 3:07 PM 0 2005 RI-12 Engineering,Inc. r Division 5 ,. Fabricated Metalwork and Structural Plastics .. 5.1 General This division covers that work necessary for furnishing and installing all metalwork as described in these specifications and as shown on the plans. 5.2 Seismic Restraint and Anchorage - General Contractor shall furnish seismic restraint to all components of the project. Seismic restraint shall be designed to meet IBC 2003 Section 1621 code requirements. The following design values shall be used in calculating seismic forces: Ip = 1.5 A complete seismic restraint system shall be provided including struts, straps, bolts, nuts, washers, etc. as required for securely attaching component systems to stairways, landing platform, equipment enclosures and rails. Contractor shall install restraints in accordance with the manufacturer's requirements as applicable. Seismic restraint systems shall be designed so as not to interfere with normal operations and maintenance of the equipment i and other components as shown on the plans. All materials and fabrication shall be as required in these specifications. Drilled-in anchors for non-rotating equipment shall be concrete anchors unless otherwise specified. Contractor shall submit calculations showing rrr that the seismic restraint assembly meets the design criteria given above. Contractor shall submit this information to the Engineer for review prior to fabrication and installation. 5.3 Galvanized Steel Base metal shall be as specified for Mild Steel. +� Hot-dip galvanized after fabrication in accordance with ASTM A 924/A 924M. For pieces that will NOT be painted, galvanize with zinc coating in accordance with ASTM A 653/A 653M For pieces that WILL be painted, galvanneal with zinc/10% iron coating in accordance with ASTM A 653/A 653M 5.4 Stainless Steel Stainless steel shall be type 304 (non-welded) or type 304L (welded). All stainless steel shall have a standard mill finish where concealed or No. 4 finish where exposed and shall be cleaned of all foreign matter before delivery to the job site. •• Plates -ASTM A240 Fasteners -ASTM F593 Extruded Structural Shapes -ASTM A276 Pipe -ASTM A240 (larger than 6" diameter);ASTM A312 (6" diameter and smaller) r rr 5-1 I:\My Documents\WirelessNedvork\Projects\Res.West Hill\RH2 Design.doc 10/27/2005 3:07 PM ©2005 IU42 Engineering,Inc. IIID Summer 2005 City of Renton I Division 5—Fabricated Metalwork& Structural Plastics 2005 WiFi System Installation West Hill Standpipe Reservoir ' 5.5 Structural Connectors All materials to be joined together shall be connected as shown on the plans, , specifications,as recommended by the manufacturer, or as required by standard industry practices if not otherwise specified. Under no circumstances shall the fasteners be of lesser strength or higher corrosive potential than the materials being connected. , Connection bolts, nuts and washers for all materials in wet conditions shall be Stainless Steel. Minimurn grade 304 in raw domestic or treated domestic water. Minimum grade 316 in treatment process and sewage applications. Minimum grade 317 for acidic transport. Bolts and nuts shall meet ASTM F593 and F594. Steel Fabrications: Connection bolts for dry conditions may be A307 galvanized bolts. Aluminum and Structural Plastic Fabrications: Connection bolts shall be Stainless Steel. Bolts into concrete and CMU shall be Concrete Anchors as specified herein. , 5.6 Welding All welding shall be in accordance with AISC and American Welding Society (AWS) , standards and shall be performed by Washington Association of Building Officials (WABO) certified welders using electrodes to match base material. Only prequalified welds (as defined by AWS) shall be used. Welding inspection shall be performed in accordance with the applicable AWS provisions and Chapter 17 of the 2003 IBC. Shop welding requiring inspection or testing per IBC Chapter must be tested by a WABO- , certified independent testing laboratory approved by the owner at the contractor's expense. Field welding will be inspected by a representative of the owner at the owner's expense. This does not relieve the contractor of responsibility of performing his own inspections and testing to ensure that all items are properly constructed. 1 1 1 r i r I:\My Documents\WirelessNehvork\Projects\Res.West Hill\RH2 Design.doc 5-2 10/27/2005 3:07 PM 0 2005 R142 Engineering,Inc. Division 6 Carpentry Not Used This Contract 6-1 I:\My Documents\WirciessNetwork\Projects\Res.West FLII\RH2 Design.doc 10/27/2005 3:07 PM 0 2005 RI-12 Engineering,Inc. Division 7 Thermal and Moisture Protection , Not Used This Contract 1 r t 1 t 7_1 r I:\My Documents\WirelessNehVOrk\Projects\Res.West Hi11\RH2 Design.doc 10/27/2005 3:07 PM , ®2005 RI-12 Engineering,Inc. Division 8 .. Doors and Windows Not Used This Contract t A 4 7 } t 3 I 8-1 H I:\My Documents\WirelessNetwork\Projects\Res.West Hill\RH2 Design.doc 10/27/2005 3:07 PM 0 2005 RH2 Engineering,Inc. Division 9 Finishes Not Used This Contract , 1 1 1 1 1 1 1 I I 1 1 1 � 9-1 1 I:\My Documents\WirelessNet%vork\Projects\Res.West Hill\RI-12 Design.doc 10/27/2005 3:07 PM 0 2005 RH2 Engineering,Inc. Division 10 �. Specialties Not Used This Contract w r� 10-1 I:\My Documents\WirelessNetwork\Projects\Res.West Hi1l\RI12 Design.doc 10/27/2005 3:07 PM 0 2005 R112 Engineering,Inc. r Division 11 p u E q i ment Not Used This Contract i I 11-1 I:\My Documents\WirelessNetwork\Projects\Res.West Hill\RI-I2 Design.doc 10/27/2005 3:07 PM , ®2005 RH2 Engineering,Inc. .. Division 12 Furnishings Not Used This Contract � i � r � 1 s1 a � i 3 12-1 I:\My Documents\WirelessNeavork\Projects\Res.West Hill\RH2 Design.doc 10/27/2005 3:07 PM 0 2005 RH2 Engineering,Inc. Division 13 Special Construction Not Used This Contract 1 13-1 , I:\My Documents\WirelessNet�vork\Projects\Res.West Hill\RI-I2 Design.doc 10/27/2005 3:07 PM 0 2005 RI-12 Engineering,Inc. Division 14 Conveying Systems Not Used This Contract f i i 7� 5 4 3 1 j 8 7 i El 3 i 14-1 I:\My Documents\WirelessNehvork\Projects\Res.West Hill\RH2 Design.doc 10/27/2005 3:07 PM 0 2005 RI-12 Engineering,Inc. Division 15 Mechanical ! Not Used This Contract 1 1 15-1 L•\My Documents\WirelessNetwork\Projects\Res.West Hill\RH2 Design.doc 10/27/2005 3:07 PNI ©2005 RH2 Engineering,Inc. r� Division 16 Electrical s tw 16.1 General This division covers that work necessary for furnishing and installing electrical equipment required for this project. Items not covered shall be suitable for their particular .� application. Plans are diagrammatic and indicate general arrangements of systems and equipment, except when specifically dimensioned or detailed. The intention of the plans is to show size, capacity, approximated location, direction and general relationship of one work phase to another, but not exact detail or arrangement. Do not use equipment exceeding dimensions indicated or equipment or arrangements that reduce required clearances or exceed specified maximum dimensions unless approved by the Engineer. MW 16.2 Submittals Provide submittals of each item specified in this division to engineer for approval in accordance with the submittals' sections of these specifications. Submittal information shall be provided to the Owner for the following items: ,r 1. Conduit and Fittings 2. Outlet and Junction Boxes r 3. Wireway 4. Wire and Cables ,r 5. Electrical Enclosures 16.3 Codes and Standards Provide all electrical work in accordance with latest edition of National Electrical Code, National Electrical Safety Code, Washington State Electrical Code, and local ordinances. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. All electrical products shall bear a label from a certified testing laboratory recognized by the State of Washington. Recognized labels in the State of Washington are UL, ETL, and CSA-US. 16.4 Identification of Listed Products Electrical equipment and materials shall be listed for the purpose for which they are to be a. used, by an independent testing laboratory. When a product is not available with a testing laboratory listing for the purpose for which it is to serve, the inspection authority may require the product to undergo a special inspection at the manufacturer's place of AV assembly. All costs and expenses incurred for such inspections shall be included in the original contract price. 16-1 I:\My Documents\WirelessNehvork\Projects\Res.West I[i11\RH2 Design.doc 10/27/2005 3:35 PM ©2005 RI-I2 Engineering,Inc. Summer 2005 City of Renton Division 16- Electrical 2005 WiFi System Installation West Hill Standpipe Reservoit wit 16.5 Permits and Fees The Contractor shall coordinate and provide all permits, licenses, approvals, inspections by the authority having jurisdiction and other arrangements for work on this project and all fees shall be paid for by the Contractor. The Contractor shall include these fees in the bid price. 16.6 Minor Deviations The electrical plans are diagrammatic in nature and the location of devices, fixtures and equipment is approximate unless dimensioned. On the basis of this, the right is reserved to provide for minor adjustments and deviations from the apparent locations shown on the Plans without any extra cost. Deviations from the Plans and/or specifications required by code shall also be done, subsequent to Owner's approval,without extra cost. Plans indicate the general location and number of the electrical equipment items. When raceway, boxes, and ground connections are shown, they are shown diagrammatically only and indicate the general character and approximate location. Layout does not necessarily show the total number of raceways or boxes for the circuits required. Furnish, install, and place in satisfactory condition all raceways, boxes, conductors and connections, and all of the materials required for the electrical systems shown or noted in the contract documents complete, fully operational, and fully tested upon the completion of the project. 16.7 Job Conditions A. Construction Power 1. Some power is available for the required construction power. The Contractor is responsible for reviewing what is available and providing what is required. 2. Upon completion of the project, remove all temporary construction power equipment, material and wiring from the site that is the property of the Contractor. 16.8 Location A. General Use equipment, materials and wiring methods suitable for the types of locations in which they will be located, as defined in Section B herein. B. Definitions of Type of Locations 1. Dry Locations: All those indoor areas which do not fall within the definitions below for wet, damp, or corrosive locations and which are not other wise designated on the Plans. 2. Wet Locations: All locations exposed to the weather, whether under a roof or not, unless otherwise designated on the Plans. 3. Damp Locations: All spaces wholly or partially underground, or having a wall or ceiling forming part of a channel or tank unless otherwise designated on the Plans. 16-2 I:\My Documents\WirelessNetwork\Projects\Res.West Hill\RH2 Design.doc 10/27/2005 3:35 PM ©2005 RH2 Engineering,Inc. A Ai City of Renton Summer 2005 2005 WiFi System Installation Division 16—Electrical West Hill Standpipe Reservoir 16.9 Electrical Enclosure W Provide a UL listed and NENIA Type 4 fully gasketed enclosure properly sized to contain the required components in the space provided. Panel cutouts for instruments and devices shall be cut,punched or drilled and smoothly finished with rounded edges. r. In addition to applicable NEN A standards, the panels shall conform to the following requirements: op 1. Enclosure shall be constructed of steel. 2. Minimal metal thickness shall be 14-gauge. 3. Wherever practical, enclosures shall be a manufactured item. 4. All doors shall be rubber gasketed with continuous hinge. Doors shall be provided with quick-release latches to secure cover unless not allowed by NENIA classifications. 5. Enclosure shall include a backpan. 6. Outdoor enclosures shall be provided with stainless steel padlockable vault handles : with roller rods providing 3 point latching system. 7. Outdoor enclosures shall be provided with two screened and gasketed louver vents with stainless steel rainproof covers. One vent shall be equipped with a cooling fan and thermostat to maintain the environmental conditions required for the equipment to be installed. .,� 8. Outdoor Enclosures shall be provided with a control panel heater with built-in thermostat to provide adequate climate control to prevent condensation from forming inside the enclosure. 9. Outdoor Enclosures shall have a drip shield mounted on the front of the panel that conveys water away from the front of the panel to the sides. 10. Enclosures constructed of materials other than stainless steel and cast aluminum shall be finished in ANSI 61 gray polyester powder coating inside and out over phospatized surfaces. 11. Voltage identification labels and comprehensive warning labels shall be provided. 16.10 Raceways A. Materials Conduit and Fittings 1. Galvanized Rigid Steel (GRS): Rigid conduit shall be steel, hot dipped galvanized inside and out. The GRS must meet USA Standards Institute C80-1 Underwriters Laboratories Standard UL6, and carry a UL label. Use cast threaded hub fittings and junction boxes for all rigid conduit except in locations not permitted by the N.E.0 . 2. PVC Coated Rigid Steel Conduit: PVC coated conduit shall meet the GRS standard ra above plus have a 40 mil PVC factory applied PVC coating. wr 16-3 I:\My Documents\WirelessNetwork\Projects\Res.West Hill\RH2 Design.doc 10/27/2005 3:35 PM ©2005 RI-12 Engineering,Inc. lis Summer 2005 City of Renton Division 16- Electrical 2005 WiFi System Installation West Hill Standpipe Reservoit 3. Nonmetallic Conduit: Nonmetallic Conduit shall be rigid PVC, Schedule 40 or 80. PVC conduit installed above grade shall be Schedule 80 extra heavy wall 90 degree C. UL listed for aboveground use and UV resistant. Conduit shall be gray in color. Fittings shall be of the same material as the raceway and installed with solvent per the Manufacturer's instructions. Conduit, fittings and solvent shall all be manufactured by the same Manufacturer. 4. Flexible Metal Conduit: Flexible conduit shall be interlocking single strip, hot dipped galvanized and shall have a polyvinyl chloride jacket extruded over the outside to form a flexible watertight raceway. Flexible conduit shall be American Brass Company Sealtite Type VA, General Electric Type UA or equal. 5. Electrical Metallic Tubing (EMT): EMT shall be UL 797 and ANSI C80.3; steel tubing, hot dipped galvanized. EMT fittings shall be ANSI/NEMA FB 1; steel, rain tight,insulated throat, compression type. Conduit & Cable Supports 1. Conduit Supports: Hot dipped galvanized framing channel shall be used to support groups of conduit. Individual conduit supports shall be one-hole galvanized malleable iron pipe straps used with galvanized clamp backs and nesting backs where required. Conduit support for PVC or PVC coated rigid steel shall be stainless steel clamps. Wireways 1. General: Wireways shall consist of prefabricated channel-shaped, lay-in trough with hinged covers, associated fittings, and supports. Straight sections shall not be longer than 5 feet. Use 45-degree elbow and tees at all transition points. Cross-sectional dimensions shall be as indicated on the Plans. Fittings shall consist of elbows, tees, crosses, and closing plates as required. Conduit Sealants 1. Moisture Barrier Types: Sealant shall be a non-toxic, non-shrink, non-hardening, putty type hand applied material providing an effective barrier under submerged conditions. 2. Fire Retardant Types: Fire stop material shall be a reusable, non-toxic, asbestos-free, expanding, putty type material with a 3-hour rating in accordance with UL 1479. Provide products indicated by the manufacturer to be suitable for the type and size of penetration. B. Location Schedule PVC Schedule 80 conduit shall be used in all locations unless noted otherwise on the plans. C. Installation 1. Conduit sizes not noted on Plans shall be in accordance with N.E.C. requirements for the quantities and sizes of wire installed therein. 2. Spare conduits shall contain one 3/16 inch diameter nylon pull rope. 3. Conduit routing is shown diagrammatic on the Plans. Contractor is responsible for 16-4 I:\My Documents\%XlirelessNet-,vork\Projects\Res.West Hill\RI-I2 Design.doc 10/27/2005 3:35 PM 0 2005 R112 Engineering,Inc. City of Renton Summer 2005 2005 WiFi System Installation Division 16—Electrical West Hill Standpipe Reservoir routing the conduits in the best possible way. 4. Securely fasten raceways at intervals and locations required by N.E.C., or as shown on the plans. 5. Location of conduit ends are shown approximately. Contractor is responsible for ■. ending conduits in location that will not conflict with electrical equipment. Route conduit ends to facilitate ease of equipment maintenance. Conduits extending from the surface to a device shall be located as close as possible to avoid creating a hazard. 6. Do not install one (1) inch and larger raceways in or through structural members (beams, slabs, etc.) unless approved by Engineer. •• 7. Conduit Identification: In each manhole, handhole, pullbox, cabinet, motor control center or other equipment enclosure, identify each conduit using the conduit number shown on the Plans by means of a conduit tag affixed with stainless steel wire. Where u. affixing a tag is not feasible, identify conduits by stenciling. Stencil all exposed conduits for identification at least once in a room. 8. Plastic raceway joints shall be solvent cemented in accordance with recommendations of w raceway manufacturer. D. Wireway Installation 1. Straight sections and fittings shall be solidly bolted together to be mechanically rigid and electrically continuous. Dead ends shall be closed. Unused conduit openings shall be plugged. 2. Wireways shall be supported every 5 feet minimum. 16.11 Outlet and Junction Boxes Cast box bodies and cover shall be cast or malleable iron with a minimum wall thickness of 1/8" at every point, and not less than 1/4" at tapped holes for rigid conduit. Bosses r• are not acceptable. Mounting lugs shall be provided at the back or bottom corners of the body. Covers shall be secured to the box body with No. 6 or larger brass or bronze flathead screws. Boxes shall be provided with neoprene cover gaskets. Where only cast .a aluminum is available for certain types of fixture boxes, an epoxy finish shall be provided. Outlet boxes shall be of the FS types. Boxes shall conform to FS W-C-586C and UL 514. Sheet metal boxes shall conform to UL 50, with a hot-dipped galvanized finish conforming to ASTM A123. Oulet boxes and switch boxes shall be designed for mounting flush wiring devices. Boxes and box extension rings shall be provided with knockouts. Boxes shall be formed in one piece from carbon-steel sheets. Outlet boxes shall not be less than 4" square and 1 '/2" deep. Ceiling boxes shall withstand a vertical force of 200 pounds for 5 minutes. Wall boxes shall withstand a vertical downward force of 50 pounds for 5 minutes. Non-metallic boxes shall be hot-compressed fiberglass, one-piece, molded with reinforcing of polyester material,with a minimum wall thickness of 1/8". 16.12 Low Voltage Wire and Cable 1rr 16-5 I:\My Documents\WirelessNetwork\Projects\Res.West Bill\RI I2 Design.doc 10/27/2005 3:35 PM ©2005 RH2 Engineering,Inc. Summer 2005 City of Renton I Division 16- Electrical 2005 WiFi System Installation West Hill Standpipe Reservoit A. Materials Conductors 1. General: All conductors shall be copper. Wire or cable not shown on the Plans or specified, but required, shall be of the type and size required for the application and in conformance with the applicable code. 2. Power and Control Conductors, 600 Volts and Below: • Solid copper wires shall be 600 volt Type THWN, sizes #12 and #10 AWG only. • Stranded copper wire shall be 600 volt Type THWN, Class B stranding, sizes #14 AWG, #12 AWG, and#10 AWG only. • Stranded copper wire shall be 600 volt Type XHHW or RHW, Class B stranding, Sizes #8 AWG and Larger. Splices and Terminations of Conductors 1. Terminations • Crimp type terminals shall be self-insulating sleeve type, with ring or rectangular type tongue, suitable for the size and material of the wire to be terminated, and for use with either solid or stranded conductors. • Wire Markers shall be plastic sleeve type. Wire numbers shall be permanently imprinted on the markers. B. Installation Conductors 1. Provide the following types and sizes of conductors for the uses indicated for 600 volts or less: • Solid Copper, Sizes #12 and #10 AWG: As shown on the Plans for circuits for receptacles, switches and light fixtures with screw-type terminals. • Stranded Copper, Size #14 AWG and Larger, Individual Conductors or CC: As shown on the Plans for the control of motors or other equipment. Size #14 shall not be used for power supplies to any equipment. 2. Color Coding: Provide color coding for all circuit conductors. Insulation color shall be white for neutrals and green for grounding conductors. An isolated ground conductor shall be identified with an orange tracer in the green body. Ungrounded conductor colors shall be as follows: • 120/208 Volt, 3 Phase: Red, black and blue. • 277/480 Volt, 3 Phase:Yellow, brown and orange. • 120/240 Volt, 1 Phase: Red and black. 16-6 I:\My Documents\wirelessNetwork\Projects\Res.West Hi11\RH2 Design.doc 10/27/2005 3:35 PM ©2005 RI-12 Engineering,Inc. City of Renton Summer 2005 2005 WiFi System Installation Division 16—Electrical West Hill Standpipe Reservoir 16.13 Signal Cable A. Materials 1. See Plans for cable requirements. «. B. Installation Cable Installation .. 1. Cables shall be continuous from initiation to termination without splices except where specifically indicated. _ Conductor Splices 1. No splicing is acceptable for coaxial cables. r 16.14 Electrical Grounding A. General Service and equipment grounding shall be per Article 250 of the National Electrical Code. The grounding systems shall consist of the ground plates, grounding conductors, ground bus, ground fittings and clamps, and bonding conductors to structural steel as shown on the Plans. B. System Components �r System components shall be as allowed in the N.E.C. unless specified otherwise below. 1. Ground Conductors: Buried conductors shall be medium-hard drawn bare copper; other conductors shall be soft drawn copper. Sizes over No. 6 AWG shall be stranded. Coat all ground connections except the exothermic welds with electrical joint compound, non-petroleum type, UL listed for copper and aluminum applications. C. Installation 1. Make embedded or buried ground connections, taps and splices with exothermic ar welds. Coat ground connections. D. Testing 1. Perform testing per NETA Standard ATS paragraph 7.3. Testing methods shall conform to NETA Standard ATS using the three electrode method for large systems. Conduct tests only after a period of not less than 48 hours of dry weather. 2. Furnish to the Engineer a test report with recorded data of each ground rod location. OL 16.15 General Installation A. Materials as 1. Fasteners w, 16-7 I:\My Documents\WirelessNenvork\Projects\Res.West Hill\RH2 Design.doc 10/27/2005 3:35 PM 0 2005 RI-I2 Engineering,Inc. us Summer 2005 City of Renton Division 16- Electrical 2005 WiFi System Installation West Hill Standpipe Reservoit • Fasteners for securing equipment to walls, floors and the like shall be either hot- dip galvanized after fabrication or stainless steel. Provide stainless steel fasteners in Corrosive locations. When fastening to existing walls, floors, and the like, provide capsule anchors, not expansion shields. Size capsule anchors to meet load requirements. Minimum size capsule anchor bolt is 3/8-inch. 2. Painting • Equipment: Refer to each electrical equipment section of these Specifications for i painting requirements of equipment enclosures. 3. Enclosures • Unless otherwise noted, provide enclosures as follows: 1) Class 1,Division 1 &2 Locations: NEMA Type 7 2) Indoors unclassified Locations: NEMA Type 12 3) Corrosive Locations: NEMA Type 4X 4) Outdoors and/or Wet Locations: NEMA Type 4 5) Electrical rooms: NEMA Type 1 B. Installation 1. Requirements • Install all materials in accordance with electrical code, UL listing requirements and manufacturer's instructions. 2. Installing Equipment • Ensure that all equipment and materials fit properly in their installations. Perform any required work to correct improperly fit installations at no additional expense to the Owner. • Provide the required inserts, bolts and anchors, and securely attach all equipment and materials to their supports. • Install all floor-mounted equipment on 3-1/2-inch high reinforced concrete pads. • Cutting, Drilling and Welding: Provide any cutting, drilling, and welding that is required for the electrical construction work. Structural members shall not be cut or drilled, except when favorably reviewed by the Engineer. Use a core drill wherever it is necessary to drill through concrete or masonry. Perform patch work with the same materials as the surrounding area and finish to match. • Metal Panels: Mount all metal panels,which are mounted on, or abutting concrete , walls in damp locations or any outside walls '/a-inch from the wall, and paint the back side of the panels with a high build epoxy primer with the exception of stainless steel panels. Film thickness shall be 10 mils minimum. • Maintenance: Install all equipment and junction boxes to permit easy access for normal maintenance. • Interconnections: Provide all interconnection wiring between work provided in 16-8 I:\My Documents\WirelessNehvork\Projects\Res.West Hill\RH2 Design.doc 10/27/2005 3:35 PM 0 2005 R142 Engineering,Inc. City of Renton Summer 2005 2005 WiFi System Installation Division 16—Electrical West Hill Standpipe Reservoir rr, other divisions and work provided in this division. All equipment to be completely wired and fully operational upon completion of the project. 3. Equipment Protection and Cleanup • Equipment Protection: Exercise care at all times after installation of equipment, r. motor control centers, control panels, etc., to keep out foreign matter, dust debris, and moisture. Use protective sheet metal covers, canvas, heat lamps, etc., as needed to ensure equipment protection. �. • Cleaning Equipment: Thoroughly clean all soiled surfaces of installed equipment and materials upon completion of the project. Clean out and vacuum all construction debris from the bottom of all equipment enclosures. • Painting: Repaint any electrical equipment or materials scratched or marred in shipment or installation,using paint furnished by the equipment manufacturer. 01i • Cleanup: Upon completion of the electrical work, remove all surplus materials, rubbish, and debris that accumulated during the construction work. Leave the entire area neat, clean and acceptable to the Engineer. 16.16 Testing do A. Requirements 1. Factory Tests • Submit reports of factory tests and adjustments performed by equipment �. manufacturers to the Engineer prior to field testing and adjustment of equipment. These reports shall identify the equipment and show dates, results of test, measured values and final adjustment settings. Provide factory tests and ` adjustments for equipment where factory tests are specified in the equipment specifications. The Engineer may inspect the fabricated equipment at the factory before shipment to job site. Provide the Engineer 11vith sufficient prior notice so that an inspection can be arranged at the factory. 2. Field Tests rs • Test all circuits for continuity, freedom from ground, and proper operation during progress of the work. Coordinate with Owner. ,. 16-9 I:\My Documents\WirelessNetwork\Projects\Res.West Hi11\RI 12 Design.doc 10/27/2005 3:35 PM 0 2005 RH2 Engineering,Inc. Division 17 go Automatic Control Not Used This Contract Section Break(Next Page) I' 17-1 I:\My Documents\WirelessNeavork\Projects\Res.West Hi11\RH2 Design.doc 10/27/2005 3:35 PM 0 2005 RH2 Engineering,Inc. Division 18 Measurement and Payment 18.1 Payment It is the intention of these specifications that performance of work under bid items shall result in complete construction,in proper operating condition, of improvements identified in these written specifications and accompanying plans. Work and material not specifically listed in the proposal, but required according to the plans and specifications and general practice, shall be included in Contractor's bid price. 18.2 Bid Item No. 1 — WiFi System Complete .. Lump sum price covers complete cost of furnishing, installing and testing, complete and in-place, all work and materials necessary to: move and organize equipment and personnel onto the job site; secure job site; provide and maintain necessary support facilities; obtain ,. all necessary permits and licenses; prepare site for construction operations; maintain site and surrounding areas during construction;provide system testing, move all personnel and equipment off site after contract completion, and provide as-built data; clean up site prior r. to final acceptance; and accomplish all other items of work not specifically listed in other divisions. Payment shall be lump sum. The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the electrical work shown on the Plans and detailed in the contract specifications. Payment shall be lump sum. The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for installing a WiFi System at the reservoir as shown on the plans and detailed in the technical specifications,including all electrical work, coordination .� with Owner, testing, start-up, schedule updating, permitting, as-builts, O&M manual, calibration, and safety. Payment shall be lump sum. r r r 18-1 I:\My Documents\WirelessNethvork\Projects\Res.West Hi11\RH2 Design.doc 10/27/2005 3:35 PM 0 2005 RH2 Engineering,Inc. t 1 1 1 1 r r r INSURANCE COVERAGE r r r r r r r .w r r MARSH CERTIFICATE OF INSURANCE CERTIFICATE NUMBER H O U-000605200-12 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS Marsh USA Inc. NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE 1000 Main Street,Suite 3000 POLICY.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE Houston,TX 77002 AFFORDED BY THE POLICIES DESCRIBED HEREIN. COMPANIES AFFORDING COVERAGE COMPANY Seattl Al A AMERICAN HOME ASSURANCE CO INSURED COMPANY NetVersant-Washington, Inc. B GREAT AMERICAN INS. CO 3849 First Avenue South Seattle,WA 98134 COMPANY C COMPANY D COVERAGES THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,CONDITIONS AND EXCLUSIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE(MM/DD/YY) DATE(MMIDDIYY) A GENERAL LIABILITY 4571956 03/01/05 03/01/06 GENERAL AGGREGATE $ 5,000,000 X 1 COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG $ 2,000,000 CLAIMS MADE t^ I OCCUR PERSONAL&ADV INJURY $ 1,000,000 OWNER'S 8 CONTRACTOR'S PROT EACH OCCURRENCE $ 1,000,000 X Par Pr ct Aggregate FIRE DAMAGE(An one fire $ 500,000 X I -$25 000 I MED EXP I Any one person) $ 25,000 A AUTOMOBILE LIABILITY 1469226(AOS) 03/01/05 03/01/06 COMBINED SINGLE LIMIT $ 1,000,000 X ANY AUTO ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS Per accident) PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ P ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ B EXCESS LIABILITY TUU 3577637 03/01/05 03/01/06 j EACH OCCURRENCE $ 5,000,000 ^ UMBRELLA FORM AGGREGATE $ 5,000,000 OTHER THAN UMBRELLA FORM $ A WORI�RSCOMPENSATIONAND 834571 Stop Gap EL Only 03/01/05 03/01/06 TORY UMITS I X J ER '.. EMPLOYERS'LIABILITY Stop Gap Employers U EL EACH ACCIDENT $ 1,000,000 THE PROPRIETOR/ INCL EL DISEASE-POLICY LIMIT Is 1,000,000 PARTNERS/EXECUTIVE OFFICERS ARE' 7EXCL EL DISEASE-EACH EMPLOYEE $ 1,000,000 H I DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLESISPECIAL ITEMS RE: Wifi System Installation at West Hill Standpipe Reservoir City of Renton,and its officers,officials,agents,employees and volunteers are named as Additional Insureds on all above policies(except Workers Compensation)and are provided a Waiver of Subrogation as required by written contract.Both provisions are limited to the liability arising out of the operations of the Named Insured. CERTIFICATE,HOLDER CANCELLATION SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE INSURER AFFORDING COVERAGE WILL E406X6XXiW MAIL --a DAYS WRITTEN NOTICE TO THE City of Renton CERTIFICATE HOLDER NAMED HEREIN, Attn: Ron Hansen ' 1055 South Grady Way E Renton,WA 98055 LxXxxxxxx MARSH USA INC. BY: K.Bayard 'Al MM1(3/02) VALID AS OF: 11/08/05 1 1 GL#4571956 EXPIRATION: 03/01/05—03/01106 CG 20 10 11 65 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Project: City of Renton All Operations 1055 South Grady Way Grady,WA 96055 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but onlywitth respect to liability arising out of"yourwork"for that insured by odor you. WHERE REQUIRED BY CONTRACT.THIS INSURANCE IS PRIMARY.WE WILL CONSIDER ANY OTHER INSURANCE MAINTAINED BY THE ADDITIONAL INSURED FOR INJURY OR DAMAGE COVERED BY THIS ENDORSEMENT TO BE EXCESS AND NON-CONTRIBUTING WITH THIS INSURANCE. WAIVER OF SUBROGATION APPLIES. CG 20 10 11 65 Copyright,Insurance Services Office,Inc., 1964 Statement of Intent to Pay Prevailing Wages Page 1 of 1 Prevailing Wage Section Department of Labor& - Statement of Intent to Pay Industries Prevailing Wage PO Box 44540 Olympia, WA 98504-4540 (360) 902-5335 Received: Intent Id: Status: 11/15/2005 97240 Approved on 11/15/2005 COMPANY Company NETVERSANT WASHINGTON INC Information: NETVEW1972RN 601 628 538 3849 1 ST AVE S SEATTLE, WA 98134 (206) 774-7100 Payment Type: Electronic Company Electronic Signature: PROJECT Public Agency: RENTON, CITY OF 1055 S GRADY WAY RENTON, WA 98055 County: KING Multiple Counties? No City: Renton Project Name: Wi Fi System Installation West Hill Contract Number: 703501978F20 Bid Due Date: 11/14/2005 Award Date: 11/14/2005 Prime Contractor: NETVERSANT WASHINGTON INC NETVEW1972RN (206) 774-7100 Does Your Company Intend To Hire No Subcontractors To Perform All Work? Does Your Company Intend No To Hire Any Subcontractors? Apprentices? No $Amount: $22,924.00 Time and Materials No Number of Owners 0 Filed by: Jeanne Fox EMPL O PEES' WA GES Journey Level Trades/Occupations County Trade Occupation Wage Fringe # Workers TELECOMMUNICATIOr TELECOMMUNICATION KING TECHNICIANS TECHNICIANS JOURNEY $22.76 $0.00 2 LEVEL https://wws2.wa.gov/lni/pwia/Intent/IntentPrint.asp?ID=97240 11/17/2005 � . � ' 1 r r ..r IAW PREVAILING MINIMUM HOURLY WAGE RATES r r r r BENEFIT CODE KEY-EFFECTIVE 08-31-05 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. I. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO(2) HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO(2)HOURS BEFORE OR AFTER A FIVE-EIGHT(8)HOUR WORKWEEK DAY OR A FOUR-TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT(8)HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR-TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND ALL HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS OVER TEN (10) HOURS ON THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. MONDAY THROUGH FRIDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS t WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. EM N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, ' AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)AND SUNDAYS SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY-EFFECTIVE 08-31-05 -2- ]. Q. THE FIRST TWO (2)HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) ' HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT , (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE ' PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL , BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ' J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. BENEFIT CODE KEY-EFFECTIVE 08-31-05 -3- 2. P. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 4. A. ALL HOURS WORKED IN EXCESS OF EIGHT 8 HOURS PER DAY OR FORTY 40 HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(11). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). rH. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). 1. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7). N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). R. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2). S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND THE DAY BEFORE OR AFTER CHRISTMAS(10). V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). BENEFIT CODE KEY-EFFECTIVE 08-31-05 -4- 5. Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). ' Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). B. PAID HOLIDAYS:NEW YEAR'S EVE DAY,NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE'S DAY,AND CHRISTMAS DAY(9). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY(9). 1. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY.(8) Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). UNPAID HOLIDAY: PRESIDENTS'DAY. T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). U. HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY, , LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(9). W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY(10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, ' MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE BENEFIT CODE KEY-EFFECTIVE 08-31-05 -5- w D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B:$0.50, AND LEVEL C:$0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A&B:$1.00, LEVELS C&D:$0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B:$0.75,LEVEL C:$0.50, AND LEVEL D:$0.25. w w w rr m r w r w r w w r State of Washington t DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY ' Effective 08-31-05 ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $33.46 1N 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $41.17 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $40.23 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $40.07 1M 5D CARPENTER $40.07 1M 5D CREOSOTED MATERIAL $40.17 1 M 5D DRYWALL APPLICATOR $40.22 1M 5D FLOOR FINISHER $40.20 1M 5D FLOOR LAYER $40.20 1M 5D FLOOR SANDER $40.20 1M 5D MILLWRIGHT AND MACHINE ERECTORS $41.07 1M 5D , PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $40.27 1M 5D SAWFILER $40.20 1M 5D SHINGLER $40.20 1M 5D STATIONARY POWER SAW OPERATOR $40.20 1M 5D STATIONARY WOODWORKING TOOLS $40.20 1M 5D CEMENT MASONS JOURNEY LEVEL $41.11 1M 5D DIVERS 8 TENDERS DIVER $83.19 1M 5D 8A DIVER TENDER $39.51 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $40.77 1T 5D 8L ASSISTANT MATE(DECKHAND) $40.28 1T 5D 8L BOATMEN $40.77 1T 5D 8L ENGINEER WELDER $40.82 1T 5D 8L LEVERMAN,HYDRAULIC $42.34 1T 5D 8L MAINTENANCE $40.28 1T 5D 8L MATES $40.77 1T 5D 8L OILER $40.40 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $40.29 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 Page 1 KING COUNTY Effective 08-31-05 r (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $50.60 1D 5A CABLE SPLICER(TUNNEL) $54.40 1D 5A CERTIFIED WELDER $48.88 1D 5A rn CERTIFIED WELDER(TUNNEL) $52.50 1D 5A CONSTRUCTION STOCK PERSON $26.72 1D 5A JOURNEY LEVEL $47.15 1D 5A JOURNEY LEVEL(TUNNEL) $50.60 1D 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEYLEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION M CABLE SPLICER $50.84 4A 5A CERTIFIED LINE WELDER $46.37 4A 5A GROUNDPERSON $33.64 4A 5A HEAD GROUNDPERSON $35.46 4A 5A HEAVY LINE EQUIPMENT OPERATOR $46.37 4A 5A JACKHAMMER OPERATOR $35.46 4A 5A JOURNEY LEVEL LINEPERSON $46.37 4A 5A LINE EQUIPMENT OPERATOR $39.50 4A 5A ow POLE SPRAYER $46.37 4A 5A POWDERPERSON $35.46 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1 ELEVATOR CONSTRUCTORS MECHANIC $52.27 4A 6Q MECHANIC IN CHARGE $57.41 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $11.90 2K 5B rs FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS JOURNEY LEVEL $28.78 1N 5D GLAZIERS JOURNEY LEVEL $41.15 1H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $43.18 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $33.94 1N 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INLAND BOATMEN CAPTAIN $35.14 1K 5B COOK $30.11 1K 5B DECKHAND $29.09 1K 5B r� ENGINEER/DECKHAND $31.66 1K 5B MATE,LAUNCH OPERATOR $33.24 1K 5B Page 2 r KING COUNTY r Effective 08-31-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 , HEAD OPERATOR $12.78 1 TECHNICIAN $7.35 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS , JOURNEY LEVEL $40.07 1M 5D IRONWORKERS JOURNEY LEVEL $44.62 10 5A LABORERS ASPHALT RAKER $33.94 IN 5D BALLAST REGULATOR MACHINE $33.46 IN 5D BATCH WEIGHMAN $28.78 IN 5D BRUSH CUTTER $33.46 IN 5D BRUSH HOG FEEDER $33.46 IN 5D BURNERS $33.46 IN 5D CARPENTER TENDER $33.46 IN 5D CASSION WORKER $34.30 IN 5D , CEMENT DUMPER/PAVING $33.94 IN 5D CEMENT FINISHER TENDER $33.46 IN 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $33.46 IN 5D CHIPPING GUN(OVER 30 LBS) $33.94 IN 5D CHIPPING GUN(UNDER 30 LBS) $33.46 IN 5D CHOKER SETTER $33.46 IN 5D CHUCK TENDER $33.46 IN 5D CLEAN-UP LABORER $33.46 IN 5D , CONCRETE DUMPER/CHUTE OPERATOR $33.94 IN 5D CONCRETE FORM STRIPPER $33.46 IN 5D CONCRETE SAW OPERATOR $33.94 IN 5D CRUSHER FEEDER $28.78 IN 5D CURING LABORER $33.46 IN 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $33.46 IN 5D DITCH DIGGER $33.46 IN 5D DIVER $34.30 IN 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $33.94 IN 5D DRILL OPERATOR,AIRTRAC $34.30 1 N 5D DUMPMAN $33.46 1N 5D EPDXY TECHNICIAN $33.46 1N 5D EROSION CONTROL WORKER $33.46 1N 5D FALLER/BUCKER,CHAIN SAW $33.94 1N 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $26.46 1 N 5D construction debris cleanup) FINE GRADERS $33.46 IN 5D FIRE WATCH $28.78 IN 5D FORM SETTER $33.46 IN 5D GABION BASKET BUILDER $33.46 1 N 5D GENERAL LABORER $33.46 IN 5D GRADE CHECKER&TRANSIT PERSON $33.94 IN 5D GRINDERS $33.46 IN 5D GROUT MACHINE TENDER $33.46 1N 5D Page 3 KING COUNTY Effective 08-31-05 ***************************************************************************************************************** r� (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $33.46 IN 5D HAZARDOUS WASTE WORKER LEVEL A $34.30 IN 5D HAZARDOUS WASTE WORKER LEVEL B $33.94 IN 5D HAZARDOUS WASTE WORKER LEVEL C $33.46 1N 5D r HIGH SCALER $34.30 IN 5D HOD CARRIER/MORTARMAN $33.94 IN 5D JACKHAMMER $33.94 IN 5D LASER BEAM OPERATOR $33.94 IN 5D wi MANHOLE BUILDER-MUDMAN $33.94 IN 5D MATERIAL YARDMAN $33.46 IN 5D MINER $34.30 IN 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $33.94 IN 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $33.94 IN 5D PILOT CAR $28.78 IN 5D r PIPE POT TENDER $33.94 IN 5D PIPE RELINER(NOT INSERT TYPE) $33.94 IN 5D PIPELAYER&CAULKER $33.94 IN 5D PIPELAYER&CAULKER(LEAD) $34.30 1 N 5D PIPEWRAPPER $33.94 1N 5D POT TENDER $33.46 IN 5D POWDERMAN $34.30 1N 5D POWDERMAN HELPER $33.46 IN 5D POWERJACKS $33.94 IN 5D RAILROAD SPIKE PULLER(POWER) $33.94 IN 5D RE-TIMBERMAN $34.30 IN 5D RIPRAP MAN $33.46 IN 5D r RODDER $33.94 IN 5D SCAFFOLD ERECTOR $33.46 1 N 5D SCALE PERSON $33.46 IN 5D SIGNALMAN $33.46 IN 5D SLOPER(OVER 20") $33.94 IN 5D SLOPER SPRAYMAN $33.46 1 N 5D SPREADER(GLARY POWER OR SIMILAR TYPES) $33.94 1N 5D SPREADER(CONCRETE) $33.94 IN 5D am STAKE HOPPER $33.46 IN 5D STOCKPILER $33.46 IN 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $33.94 IN 5D TAMPER(MULTIPLE&SELF PROPELLED) $33.94 IN 5D TOOLROOM MAN(AT JOB SITE) $33.46 IN 5D �r TOPPER-TAILER $33.46 1 N 5D TRACKLABORER $33.46 1N 5D TRACK LINER(POWER) $33.94 IN 5D TRUCK SPOTTER $33.46 IN 5D TUGGER OPERATOR $33.94 IN 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $33.46 1N 5D VIBRATOR $33.94 1N 5D VINYL SEAMER $33.46 IN 5D WELDER $33.46 IN 5D WELL-POINT LABORER $33.94 IN 5D Ilr Page 4 KING COUNTY ' Effective 08-31-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $33.46 IN 5D PIPE LAYER $33.94 IN 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 LANDSCAPING OR PLANTING LABORERS $8.42 1 LATHERS ' JOURNEY LEVEL $40.22 1M 5D METAL FABRICATION(IN SHOP) FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $32.00 2B 5A PLASTERERS JOURNEY LEVEL $40.58 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $52.41 iG 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $38.42 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $41.12 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $41.59 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $42.13 IT 5D 8L BACKHOES, (75 HP&UNDER) $40.71 IT 5D 8L BACKHOES, (OVER 75 HP) $41.12 IT 5D 8L BARRIER MACHINE(ZIPPER) $41.12 IT 5D 8L BATCH PLANT OPERATOR,CONCRETE $41.12 IT 5D 8L BELT LOADERS(ELEVATING TYPE) $40.71 IT 5D 8L BOBCAT(SKID STEER) $38.42 IT SD 8L BROOMS $38.42 IT 5D 8L BUMP CUTTER $41.12 IT 5D 8L CABLEWAYS $41.59 IT 5D 8L CHIPPER $41.12 IT 5D 8L COMPRESSORS $38.42 IT 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $38.42 IT 5D 8L CONCRETE PUMPS $40.71 IT 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $41.12 IT 5D 8L CONVEYORS $40.71 IT 5D 8L Page 5 KING COUNTY Effective 08-31-05 ***************************************************************************************************************** r (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code 6K CRANES, THRU 19 TONS,WITH ATTACHMENTS $40.71 IT 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $41.12 IT 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $41.59 IT 5D 8L JIB WITH ATACHMENTS) r CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $42.13 IT 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $42.68 IT 5D 8L WITH ATTACHMENTS) t CRANES,A-FRAME, 10 TON AND UNDER $38.42 IT 5D 8L CRANES,A-FRAME,OVER 10 TON $40.71 IT 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $43.22 IT 5D 8L ATTACHMENTS r CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $41.12 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $41.59 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $42.13 IT 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $42.13 IT 5D 8L r CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $42.68 IT 5D 8L CRUSHERS $41.12 IT 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $41.12 IT 5D 8L DERRICK,BUILDING $41.59 IT 5D 8L r DOZERS,D-9&UNDER $40.71 IT 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $40.71 IT 5D 8L DRILLING MACHINE $41.12 IT 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $38.42 IT 5D 8L r EQUIPMENT SERVICE ENGINEER(OILER) $40.71 IT 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $41.12 IT 5D 8L FORK LIFTS,(3000 LBS AND OVER) $40.71 IT 5D 8L FORK LIFTS,(UNDER 3000 LBS) $38.42 IT 5D 8L r GRADE ENGINEER $40.71 IT 5D 8L GRADECHECKER AND STAKEMAN $38.42 IT 5D 8L GUARDRAIL PUNCH $41.12 IT 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $40.71 IT 5D 8L r HORIZONTAL/DIRECTIONAL DRILL LOCATOR $40.71 IT 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $41.12 IT 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $38.42 IT 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $40.71 IT 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $41.59 IT 5D 8L r LOADERS,OVERHEAD(8 YD&OVER) $42.13 IT 5D 8L LOADERS,OVI�RHEAD(UNDER 6 YD),PLANT FEED $41.12 IT 5D 8L LOCOMOTIVES,ALL $41.12 IT 5D 8L MECHANICS,ALL $41.59 IT 5D 8L s MIXERS,ASPHALT PLANT $41.12 IT 5D 8L MOTOR PATROL GRADER(FINISHING) $41.12 IT 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $40.71 IT 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $41.59 IT 5D 8L r OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $38.42 IT 5D 8L OPERATOR PAVEMENT BREAKER $38.42 IT 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $41.12 IT 5D 8L PLANT OILER(ASPHALT,CRUSHER) $40.71 IT 5D 8L POSTHOLE DIGGER,MECHANICAL $38.42 IT 5D 8L POWER PLANT $38.42 IT 5D 8L PUMPS,WATER $38.42 IT 5D 8L rt Page 6 r s KING COUNTY Effective 08-31-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code QUAD 9,D-10,AND HD-41 $41.59 IT 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $41.59 IT 5D 8L EQUIP RIGGER AND BELLMAN $38.42 IT 5D 8L ROLLAGON $41.59 IT 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $38.42 IT 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $40.71 IT 5D 8L ROTO-MILL,ROTO-GRINDER $41.12 IT 5D 8L ' SAWS,CONCRETE $40.71 IT 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $41.12 IT 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $41.59 IT 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $40.71 IT 5D 8L SCREED MAN $41.12 IT 5D 8L SHOTCRETE GUNITE $38.42 IT 5D 8L SLIPFORM PAVERS $41.59 IT 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $41.12 IT 5D 8L SUBGRADE TRIMMER $41.12 IT 5D 8L TOWER BUCKET ELEVATORS $40.71 IT 5D 8L ' TRACTORS,(75 HP&UNDER) $40.71 IT 5D 8L TRACTORS,(OVER 75 HP) $41.12 IT 5D 8L TRANSFER MATERIAL SERVICE MACHINE $41.12 IT 50 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $41.59 IT 5D 8L TRENCHING MACHINES $40.71 IT 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $40.71 IT 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $41.12 IT 5D 8L TRUCK MOUNT PORTABLE CONVEYER $41.12 IT 5D 8L , WHEEL TRACTORS,FARMALL TYPE $38.42 IT 5D 8L YO YO PAY DOZER $41.12 1T 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $33.88 4A 5A SPRAY PERSON $32.16 4A 5A TREE EQUIPMENT OPERATOR $32.59 4A 5A TREE TRIMMER $30.31 4A 5A TREE TRIMMER GROUNDPERSON $22.76 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $49.71 1G 5A RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $27.05 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $40.29 1E SP RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $27.14 1H 5G Page 7 �I KING COUNTY Effective 08-31-05 ***************************************************************************************************************** + (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 w RESIDENTIAL PAINTERS JOURNEY LEVEL $18.36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $49.71 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS rlt JOURNEY LEVEL $33.04 1 B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $26.76 1B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $38.43 1 B 5A ROOFERS JOURNEY LEVEL $34.53 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $48.22 1 E 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) s SIGN INSTALLER $23.36 1 SIGN MAKER $16.84 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17.31 1 rr SIGN MAKER $15.61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $33.04 1B 5A SOLAR CONTROLS FOR WINDOWS rs JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $50.24 1H 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 us TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $28.92 2B 5A + HOLE DIGGER/GROUND PERSON $16.22 213 5A INSTALLER(REPAIRER) $27.74 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $26.90 2B 5A SPECIAL APPARATUS INSTALLER 1 $28.92 2B 5A IN SPECIAL APPARATUS INSTALLER II $28.34 2B 5A Page 8 + rrr �r, KING COUNTY ' Effective 08-31-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEPHONE EQUIPMENT OPERATOR(HEAVY) $28.92 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $26.90 26 5A TELEVISION GROUND PERSON $15.39 26 5A TELEVISION LINEPERSON/INSTALLER $20.45 26 5A TELEVISION SYSTEM TECHNICIAN $24.32 213 5A TELEVISION TECHNICIAN $21.88 213 5A TREE TRIMMER $26.90 26 5A TERRAZZO WORKERS&TILE SETTERS , JOURNEY LEVEL $38.43 16 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $32.26 16 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $33.40 1 K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $37.94 IT 5D 8L ASPHALT MIX(OVER 16 YARDS) $38.52 IT 5D 8L DUMP TRUCK $37.94 IT 5D 8L DUMP TRUCK&TRAILER $38.52 IT 5D 8L OTHER TRUCKS $38.52 IT 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS , IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $17.68 1 II 1 1 I Page 9 1 1 CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Pay Estimate No. Project CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor&Industries. This form will be executed and submitted prior to or with the last pay request. Company Name By: Title: 18_INTNT.DOC\ s Department of Labor and Industries Prevailing Wage AFFIDAVIT OF WAGES PAID (360)902-5335 www1m.wa.govilprevaling wage Public Works Contract $25.00 Filing Fee Required •This form mast be typed or printed in ink.. •Fill in all blanks or form will be returned for correction(iicc_back). Contract Contract Awarding Agency(public agency-not feder private) ,,-mimi •Please allow a minimum of 10 working days for processing. — , F '3 Contractor.company or agency name,address,citv state&ZIP -StAtt ZIP 4 Awarding Agency hone�#( ) ' County�wb.eTe w�orV;�­as-performed where work as performed City whe work w Bid due date (m dry) Date contract awarded (-Idiy) contract with the public agency) tor Registration NO. Date work,completed (m/&y) Prime con"-�Ulrwl-- Date Intent filed (m/dly) Craft/trade/occupation and apprentices(For apprentices, i g ve name, Number Total#hrs Rate of Rate of hourly registration trade,dates of work on project and stage of progression) of Workers ;worked ea trade 1 Hourly Pay fringe benefits ........... ---------- Company name,address,city,state,ZIP+4 Indicate total T,11ar-amount of your contract $ 1 hereby certify that the above information is correct and that all workers I employed on this Public Works Project were paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. 7 Contractor Registration No. li81 Title re Signatu F 1 mail address Phone number Check Number: Amount: CERTIFIED: Department of Labor and Industries Issued By:- rd $v Industrial Statistician LA of 2-02 After APPRQVA,(,. send white copy to Ay F700-00-000 affidavit _jAT0AzAgLnsy- Canary copy-1.&I w. r +rr CITY OF RENTON r SUPPLEMENTAL SPECIFICATIONS r r r 1-01 Definitions and Terms 1-01 Definitions and Terms Department shall also refer to the Department DIYISIOn 1 PlammngBuilding/Public Works Administrator" of I Special Provisions(RC) General Requirements modifications to the standard specifications rd rpecikeus and supplemental specifications that apply to an individual project- The special provisions may desenbe work die 1-01 Definitions and Terms specifications do not cover. Such work shall comely first with the, special provisions and then with any specifications that apply. The SECTION 1-01.1 IS REVISED BYADDING THE FOLLOWING: Contractor shall include all costs of doing this work within the bid prices. 1-01.1 General(RC) State(RC) Whenever reference is trade to the State, Commission, The state of Washington acting through its representatives. Department of Transportation, Secretary of Transportation, State shall also refer to The City of Renton and its authorized licable. owner, Contracting Agency or Engineer such reference shall be representatives where app deemed to mean the City of Renton acting through its City Council, Contract Documents (APWA) employczs and duly authorized representatives for all contracts T1e component parts of the contract which may include but administered by the City of Renton_ are not limited to, the Proposal Form, the Contract Form, insurance certificates, various other certifications and affidavit.the SECTION 1-01.3 LS REVISED AND SUPPLEMENTED BY Contract Provisions, die Contract Plans, Working Drawings the THE FOLLOWING: Standard Specifications, the Standard Plans, Addendum and Change orders. 1-01.3 Denitlons(RC, APWA) f Data(APWA) Act of god(RC) mid Opening Date(APWA) 'Act of God' means an earthquake, flood cyclone or other The date on which the Contracting Agency publicly opens and cataclysmic phenomenon of nature A rain windstorm,high water reads the bids. or other natural phenomenon of unusual intensity for the spccrftc Award Date (APWA, RC) locality of the work which might reasonably have been anticipated The date of the formal decision of the Contracting Agency to from historical records of the general locality of the work, shall not accept the lowest responsible and responsive Bidder for the work. be construed as an act of god. Contract E.recution Date(APWA) Consulting Engineer(RC) TLe'date the Contracting Agency officiafly binds the agency to The Contacting Agency's design consultant, who may or may the Contract. not administer the construction program for the Contracting Notice to Proceed Date(APWA) _ Aga>� The date stated in the Notice to Procced on which the Contract Day(RC) time begins. Unless otherwise designated day(S) as used in the Contract Contract Completion Date(APWA, RC) Documents, shall be under-stood to rrucan working days_ TTie date by which the work is contractually required to be Or Documents, Equal�� completed The Coctract Completion Date will be stated m the Where the term `or equal' is used herein the Contracting Notice to Proceed. Revisions of this date wall be authorized m Agency or the Contracting Agency on recommendation of_the writing by die Engineer whenever there is an extension to the engineer,shall be the sole judge of the quality and suitability of the Contract time. p tvposed substitution- final Acceptance Date(APWA, RL? The responsibility and cost of furnishing necrssary evidence, The date on which the Contracting Agency accepts the work demonstrations or other information required to obtain the as complete-per contract requirements. approval of alternative materials or processes by the Owner shall Material(APWA) be entirely borne by die Contractor. Any substance specified for use in the construction of the (� project and its appurtenances which esters into a part of The City of Renton or its authorized representative- Also the finished structure or improvement and is ClInable of being so rdcrred to as Contracting Agency_ used and is furnished for that purpose. Plans(RC) Matenialrnan(APWA) fu A person or organization who rnishes a raw material The e contract plans and/or standard plans which show location, ctured or fabricated character, and dimensions of prescribed work including layouts, ��ly, conunodity, equipment or narrates tier profiles,cross-sections,and other details. product and does not paforiri labor at the Prot Site a supQ___ Drawings may either be bound in the same book as the Notice of Award(APWA) .,�rrina A�enucY die balance of the Contract Documents or bound in separate sets, and The written notice from the Con are a part of the Contract Documents regardless of the method of successful Bidder signifying the Contracting Atrencv s a(;(;epiauu. bindin . of the Bid. The terms 'Standard Drawings' or 'Standard Details" Notice to Proceed(APWA) a Qe.,ry or Enf*in� generally used in specifications refers to drawings bound either The written notice from the Contracring_�-----_ with the specification documents or included with the Plans or the proceed with thi Work and establishing the date oto the Contractor authorizing and direcim_g the Contractor to City of Renton Standard Plans. n which uric Secretary,Secretary of Transportation(RC) Contract Time begins. The chief executive officer of the Department and other authorized representatives. nlc chief executive officer to the t- Page-SP-1 Revision Date:May 19, 1997 1-02 Bid Procedures and Conditions l 1-03 Award and Execution of Conk-an 1-02 Bid Procedures and Conditions within_5 five ears from the date of submission- labcl such materials or failure to timel res Failure to so , SECTION I-02.1 IS DELETED AND REPLACED BY THE uest for public disclosure has been iven nd after notice of Shall be d FOLLOWING: waiver by the submitting vendor of an "emed a claim that such are, in fact so exempt. ma�riais 1-02.1 Qualifications of Bidder (APWA) SECTION Bidders shall be qualified by experience financing, OLLOWING.Z 12 IS SUPPLEMENTED BY ADDING THE equipment, and organization to do the work called for in the Contract Documents. The Contracting Agency reserves the right to 1-02.12 Public Opening of Proposals AMA take whatever action it deems necessary to ascertain the ability of The Contracting Agency reserves the ri ht to ` the Bidder to perform the work satisfactorily. This action may date and time for bid o nin Notification to bidders rte the include a pre qualification procedure prior to the Bidder being addenda. will be b furnished a proposal form on any contract or a preaward survey of the Bidder's qualifications prior to award SECTION 1-02.13 PARAGRAPH 1 IS REVISED AS FOLLOW SECTION 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 Irregular proposals (RCZ FOLLOWING. a. The bidder is not prequalificd when so required- 1-02.2 Bid Documents (APWA) SECTION 102.14 IS REVISED IN ITEM 3 IN PARAGRAPH I Information as to where Bid Documents can be obtained or TO READ: reviewed will be found in the Call for Bids for the Work placed in the Contracting Agency's official newspaper 1-02.14 Disqualification of Bidders(ApWA) SECTION 1-02.4(2) IS SOPPLF31ENTED BY REVISING 3. A bidder is not prequalified for the work or to the full SENTENCE 1, PARAGRAPH I TO READ. extent of the bid; 1-02.4(2) Subsurface Information(APWA) 1-03 Award and Execution of Contract If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data and soil SECTION 1-03.1 IS SUPPLEMENTED AS FOLLOWS. su»pk test data, and geotechnical reports accumulated by the Contracting Agency will be made available for inspection by the 1-03.1 Consideration of Bids_(RC, "WA) bidders. The total of extensions, corrected where necessary, and SECTION 1-02.5 IS SUPPLY—VENTED BY ADDING THE including sales taxes where applicable will be used by the FOLLOWING: Contracting Agency for award purposes and to fix the amount of 1-02.5 Pro the contract bond. _-Proposal Form (APWA) All bids will be based on total sum of all schedules of prices The ErMincc reserves the right to arrange the Bid Forms with No partial bids will be accepted unless so Stated in the call for bids Alternates, Additives, or Deductives if such be to the advantage of or special provisions The City reserves the right however to . the Contracting Agency. The Bidder shall bid on all Additives award all or arty schedule of a bid to the lowest bidder at its Deductrves, or Alternates set forth in the Proposal Forms unless discretion. otherwise specified in the Special Provisions SECTION I-03.2 IS SUPPLEMENTED BY ADDING THE SECTION 1-02.6 IS SUPPLFMMNTED BY ADDING THE FOLLOWING.- FOLLOWING: 1-03.2 Award of Contract(RC) 1-02.6 Preparation of Proposal(RC) The contract bond form and all other forms requiring All print shall be in legible figures and won execution, together with a list of all other fortis or doannents ink or .The proposal in required to be submitted typed. P P�shall include: by the successful bidder, will be 1. A unit price for each item (omitting digits more than four forwarded to the successful bidder within 10 days of the award. places to the right of the decimal point), each unit price shall also The number of copies to be executed by the Contractor shall be be written in words- where a conflict arises the written words shall determined by the Contracting Agency. prevail. SECTION I-03.3 IS REVISED AND SUPPLEMENTED AS SEC71ON I-02.6(1) IS AN ADDED SUPPLEMENTAL FOLLOWS: SECTION. 1-033 Execution of Contract (APWA, RC) 1-02. Proprietary Information (RC) Within 20 10 calendar days after receipt from the City of the _Vendors should, in the bid Proposal identify clearly any forms and documents required to be completed by the material(s) which constitute "(valuable) formula designs Contractorih4--award-� . the successful bidder shall return the drawings, and research data" so as to be exempt from public signed Contracting ,Agcncy-prepared contract, an insurance disclosure RCW 42.17-310 or any materials otherwise claimed to certification as required by Section 1-07.18, and a satisfactory bond be exempt along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder experiences exemption. The Department (or State) will give notice to the circumstances beyond their control that prevents return of the vendor of any request for disclosure of such information received contract documents within 20 10 calendar days after the award Page-SP-2 Revision nil,- nf,.,, ro roams 1-04 Scope of the Work 1 45 Control of Work date, the Contracting Agency may grant up to a maximum of 20 10 SECTION 1-44.4 IS SUPPLEMENTED WITH THE additional calendar days for return of the documents, provided the FOLLOWING: Contracting Agency deems the circumstances warrant it. 1-04.4 Changes R(J The Contracting Agency is prvlubited by RCW 39.06.010 from executing a contract with a Contractor who is not registered Renton does not have a formal policy or guidelines on cost or licensed as required by the laws of the State. In addition, the reduction alternatives but will evaluate such proposals by the in Contracting A rncy requires persons doing busess with the Contractor on a case-by-case basis. Contracting Agency to possess a valid City of Renton business SECTION 1 44.11 IS SUPPLEMENTED AS FOLLOWS: license prior to award. W hen the Bid Form provides spaces for a business license 1.-04,11 Knal Cleanup ZG number, a Washington State Contractors registration number, or bode the Bidder shall insert such information m die spaces 3 All salvage material as noted on the plans and taken from provided. The Contracting Agency requires legible copies of the any of the discarded facilities shall, at the engineer's discretion be Contractor's Registration and business lncc= be submitted to the carefully salvaged and delivered to the City shops, Any cost Engineer as part of the Contracting Agcncy's post-award incurred in salvaging and delivering such items shall be considered information and evaluation activities incidental to the prom and no compensation will be made The contract price for 'Finish and Cleanup,lump sum,' shall SECTION I-03.4 IS SUPPLEMENTED BY ADDING THE be full compensation for all work, equipment and matet7als FOLLOWDVG Tb THE FIRST PARAGRAPH: required to perform filial cleanuP._ If this PAY item does not appear 1-03.4 Contract Bond (APWA) in the contract documents then final dean up shall be considered incidental to the contrail and to oil= pay item and no further 5 Be accornPanied by a power of attorney for the Su ety's coaipcnsalion shall be made. of xxr empowered to sign the bond. 7 Be signed by an officer of the Contractor empowered to 1-0$ Control of Work - sign official statements (sole Proprietor or partner)• If the Contractor is it corporation die bond must be signed by SECTION I-05.3 IS REVISED AS FOLLOWS. resident tx vices resident,unless accompanied by written Proof of die authority of die individual signing din_bond to bind die 1-0s.3 Plans and Working Drawings R corporation r.e.,corporate resolution,power of attorney or a letter The Contractor shall submit suppkmi W working drawings to such effect by the prmaent or vice-president). as required for the performance of the wort-The drawings shall be on sheds rniasuring 24- mcbcs or on sheets with 1-04 Scope of the Work dimensions in multiples of 8-1/2 by 11 inches. SgLT70N I-04.I IS SUPPLF�MEN1•ED BY ADDING THE SECTION I-0S.4 IS SUPPLEMENTED BY ADDING. THS FOLLOWING: FOLLOWING 1-04.1 Intent of the Contract(RC) 1-05.4 Conformity with and Deviations from Plans and Stakes The Contractor is encouraged to provide to the Engineer prior If the project calls for Contractor supplied surviving,-the too progress payments an estimate of limp sum work acoomphslicd Contractor shall provide all required survey work, including such to date The Envincer't calculations and decisions shall be final in voile rnahtiored in Sections 1-05.4. 1-05.5,-1-11 and elsewhere regard to the actual Pe—IM vane of any ltmip stmn pay Item —, unless anoter specific in these specifications as being provided by the Engineer• ac=e fished and eligible for paymait uxdM of calculating lump sutra payments is provided elsewhere in SECT7ON 145.5 THE VACANT SECTION IS REPLACED BY the spcaficaaoris. THE FOLLOWING: SECTION 1-04.2 IS REVISED AS FOLLOWS 1-05.5 Construction Stakes 1-04.2 Coordination of Contract Documents, Plans, If the project calls for Contract^ smpiied surv�inQ the Special Provisions Specifications, and Addenda Contractor shall provide all required survCY work inctuaina; �� �� wort as mentioned in Sections 1-05.4 1-05.5 1-11 and eLsewnerc Me Engineer Al in the its of the contract shall be resolved err these specifications as being provided by Contractor StrP>I lied Airy Pa for this survey work shall be mcluded m by following this order of precedence (e.g., 1 presiding over 2, 3, Surveying,' per IMP shin• 4,5.6,and 7-.2 presiding over 3,4,5.6,and 7;and so forth): 1. Addenda 1-05 5(1) General (APWA, RCZ fled surveyor wi11 provide 2. Proposal Form The Engineer or Contractor supp slopes and,lades 3. Special Provisions construction stakes and marks establishtnP lints 4. Contract Plans —�and will pe!fOE as stipulated in Sections 105 5{1) and 1-05.5 e frill 5. Amendments to the Standard Specifications such work on 1-11. The Contractor shall assirni 6. Supplemental Specifications, aid excavation 7. Standard Plans res nsibili for detailed dimensions elevations doe sup 1p t� 6.8. Standard Specifications slopes measured from the Engineer or Contra surveyor furnished stakes and marks. t- Page-SP-3 Revision Date:May 19, 1997 1-05 Control of Work 1-05 Control of Work The Contractor shall provide a work site which has been with major grade changes shall be slope staked to + prepared to permit construction staking to proceed in a safe and before offset hubs are set. establish rode orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and 1-05_5(3) Bridge and Structure Surve s APWA provide at!cast 48 hours notice to allow the Engineer or Contractor For all structural work such as bridges and retainin supplied surveyor adequate time for setting stakes. Contractor shall retain as a part of Contractor or walls the , Stakes, marks, and other reference points including existing experienced team of surveyors under direct aUOn an ision of a monumentatioa, set by Contracting Agency forces shall be licensed surve or. "Ilse Contractor shall ensure that iced field carefully preserved by the Contractor. The Contractor will be measurements and locations match and fulfill the intended lad ' charged for the costs of replacing stakes markers and dimensions. The Contractor shall rovide all curve aired to monumentation that were not to be disturbed but were destroyed or co Icte the structure except the follow' primary damaged by the Contractor's operations. This charge will be which will be provided by the Engineer. Frye control deducted from monies due or to become due to the Contractor. 1- Centerline or offsets to centerline of the structure Any claim by the Contractor for extra compensation by reason 2. Stations of abutments and pier centerlines. of alterations or reconstruction work allegedly due to error in the 3. A sufficient number of bench marks for levels to Engineer's line and grade, will not be allowed tmless the original the Contractor to set grades at reasonably short distant_ enable contml points set by the Engineer still exist, or unless other 4. Monuments and control tits as shown on i:attsfactory substantiating evidence to prove the error is furnished Drawings. the the Engineer.Three consecutive points set on line or grade shall be The Contractor shall establish all secondary srrry controls the mimmum points used to determine any variation from a straight both horizontal and vertical as necessary to assure line or grade. Any such variation shall upon discovery 6e placement of all project elements based on the pr;ni�!y contro _reported to the Engineer. In the absence of such report the points provided by the Engineer Survey work shall be within the Contractor shall be liable for arty error in alignment or grade following tolerances. The Contractor shall provide all surveys required other than 1. Stationing +01 toot those to be performed by the Engineer. All survey work shall be 2. Alignment +.01 foot(between successive Points) done in accordance with Section 1-11 SURVEYING STANDARDS 3. Superstructure Elevations+ 01 foot(from plan elevations) these specifications. 4. Substructum Elevations+_05 foot(from plan elevations) The Contractor shall keep updated survey field notes in a During the progress of the Work, the Contractor shall make srnndard field book and in a format sex by the Engineer,per Section available to the Engineer all field books including surrey L 1-1I.1(3). These field notes shall include all survey work _mfonmtion, footing devotions cross sections and quantities performed by the Contractor's surveyor in establishing line grade The Contractor shall be fully responsible for the close and slopes for the construction work Copies of these field notes coordmadon of field locations and measurements with appropriate shall be provided the Engineer upon request and upon completion d_n_ncmions of structural members being fabricated of the contract work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. 1-U- 5_5(4) Contractor Supplied Surveying(RC) If the survey work provided by the Contractor does not meet When the contract provides for Contractor Supplied the stardards of the Engintex then the Contractor shall upon the Surveying the Contractor shall supply the survey work required Engineer's written request, remove the individual or individuals for the protect. The Contractor shall retain as a part of the dome the survey work and the survey work will be completed by Contractor Organization an experienced team of surveyors under the Engineer at the Contractor's expense Costs for completing the the direct supervision of a professional land surveyor licensed by survey work required by the Engineer will be deducted from the State of Washington_ All survey work shall be done in monies due or to become due the Contractor accordance with Sections 1-05.4 1-05.5 and 1-11. All CO= for survey wort required to be performed by the The Contractor and/or Surveyor shall inform the Fngincer in Contractor shall be included in the prices bid for the various items writing of any errors discrepancies and omissions to the plans that which comprise the improvement or be included in the bid item for preyerit the Contractor and/or Surveyor from constructing die _'_Contractor Supplied Surveying" per lump sum if that item is project in a manner satisfactory to the Engineer. All errors included in the contracts. discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. 1-05.59) Roadway and Utility Surveys("WA) The Contractor shall coordinate his work with the Surveyor The Engineer shall furnish to the Contractor one time only, or and perform his operations in a manner to protect all surv5Y stakes Contractor supplied surveyor will provide as needed all principal from harm. The Contractor shall inform the Surveyor of the lines, grades, and measurements the Engineer deems ticcessary for Contractor's intent to remove any survey stakes and/or points :, 2oaTlcdon of the Work. These shall generally consist of one initial before physically removing them set°f' The surveyor shall be responsible for maintaining As-Built 1. Slope stakes for establishing grading records for the project The Contractor shall coordinate his 2. Curb grade stakes operations and assist the Surveyor in maintaining accurate AS-Butt 3. Centerline finish grade stakes for pavement sections records for die project. wider than 25 feet, and If the Contractor and Surveyor fail to provide as directed by 4. Offset points to establish line and grade for underground the Engineer and/or these plans and specifications accurate As- utilities such as water, sewers and storm drains (with offsets 50' Built records and other work the Engineer deems necessary the nhax interval). Engineer may elect to'provide at Contractor expense a surveyor to On alley construction proicas with mirror grade changes the provide all As-Built records and other work as directed by the Engineer or Contractor supplied surveyor shall provide offset hubs Engineer- The Engineer shall deduct expenses incurred by the r. on one side of the alley to establish Elie alignment and grade Alleys Engineer-supplied surveying from moneys owed to the Contractor- 1- Page-SP-4 Reyision Date_-May I9 I QQ7 1-05 Control of Work 1-05 Control of Work Payment per Section 1-04.1 for all work and materials provided by this Section nor shall the exercise of this right diminish required for the full and complete survey work required to the Contracting Agccy s right to pursue any other avenue for complete the project and as-built drawings•shall be included in the additional remedy or damages with respecxx to the Contractor's lump sum price for -Contractor Supplied Surveying. failure to perform the Work as required. Contractor Provided As-Built Information SEC77ON I-0S.10 IS SUPPLEMENTED BY ADDING THE 1-05.5 FOLLOWING: It shall be the contractors responsibility to record the location 1-05.10 Guarantees (APWA, RCZ prior to the backfilling of the trenches by centerline station, offset, If within one year after the Acceptance Date of the Work by and depth below pavement of all existing utilities uncovered or [tie Contracting Agcy, defective and unauthorized Work is crossed during his wort as covered under this Pro1ccL discovered the Contractor sha11 promptly, upon written order by It shall be the contractors responsibility to have his surveyor the Contracting Agency, return and in accordance with the locate by centerline station offset and elevation each major item of work done under this contract per the survey standard of Section 1 Engineer's lastnictions etcher correct such Work, or if such Work 11.. Major under this work shall include but not be limited to: has been rejected by the Engineer, remove it from the Proiect Site tvfatems of Catch basins and Inlets Valves vertical and and replace it with non defective and authorized Work all without Horizontal Bends Junction boxes Cleanouts Side Sewers Street cost to the Contracting it utg Agency. If the Contractor does not a in Design Grade, �romptlY dimply with the written order to cortr•ci defective and lights dt Sandards Hydrants Wor Chang unauthorized Work or if an emergency exists the Contracting Vaults Culverts Signal Poles Eledxrical Cabinets. Agency reserves the right to have defective and unauthorized Work After the completion of the work covered by this CO ntract, the corrected or removed and replaced pursuant to Seaton 105.8 contractors surveyor shall Provide to the City the hard dxiwhite -Owner's Right to Correct Defective and Unauthorized Work` -. field book(s) containing the as-bail[ notes and one set of white The contractor agrees the above one year limitation shall not pints of the project drawings upon which he has plotted the notes exclude or diminish the Contracting Agency's rights under any law of the contractor locating existing utilities and one set of whi to obtain damages ".recover costs resulting from defective and pi tars of the project drawings upon which he has ptoued the as unauthorized work discovered after one year but prior to the built location of the new work as he recorded m the field book(s). expirati on of the Legal tune period set forth in RCW 4.16.040 . This drawing shall bear the surveyors seal and signature cerilfvtng limiting actions upon a contract in writing or liability expressed-or it's aoalcacY• irnplied arising out of a written agreement. All costs for asAmilt work shall be included in tic contract The Contractor shall vrarrant good title to all:matcrialsr item 'Contractor Supplied Surveying' supplies and equip rrnent purchased for or incorporated in the THE VACANT SECTION I-05.8 IS REPLACED BY: Work. Nothing contained in this paragiaphr however;shall dd;=d or impair the right of persons furnishing materials or labor, 1-05.8 Contracting Agency's Right to Correct recover tinder any bored given by the Contractor for char Defective and Unauthorized'Work(APWA) protection, or any tights under any law permitting suds persons-to If the Contractor fills to remedy defective or tunanthorizcd look to funds due the Contractor in the hands of the Contracting fa work within e tinx ified in a written 110"Se from the Agency th provisions of this paragraph shall be i--led in an Engineer,or fails to perform any part of the Wort required by the Contract Documents, the Engineer may correct and remedy such subcontracts and material d�ntracts and notice of its provisions ,i i, t materials for the Work shall be given to aII persons fL work as may be identified in the written notice by such mesas as when no formal contract is entered into for such materials_ the Engineer may deem necessary, including the use of Coimactin� Section 1-05.11 is delGcd and dze:firsi.two sentences of the Agehcy for=- fourth paragraph of section 1-08.9 is deleted and replacod by the If the Contractor fails to comply with a written order to following:remedy what the Engineer determines to be an emergency situation the Engineer may have the defective and unauthorized 1-05.11 Final Inspection (APWA) Work corrected immediately, have die rejected Work removed and replaced, or have Work the Contractor refuses to perform Substantial Completion Date (APWA) completed by using Contracting Agency or other forces. An 1-05.11(1) the work to be Suuuianttally uTici easy situation is arty situation which m the opinion of the When the Contractor considers Weer aria cegu� - , a delay in its remedy could be potentially unsafe, or complete the Contractor shall so notify the Ei� Date- To be might cause serious risk of loss or da_r u9c to the Pub11c. the Engineer establish the Substantial oaq cote must be Direct or indirect costs incurred by the Contracting Agency considered substantial) con lete the folio attributable to correcting and remedying defective or unauthorized met: Work or Work the Contractor failed or refused to perform, shall 1. The Contracting Agency nun m die and tional and be paid by the Contractor. Payment will be deducted by the use and benefit of the facilities both fro En inner from monies due or to bcoome due the Contractor. Such safety standpoint. laceme It of ten o direct and indirect costs shall include in particular, bid without 2. only minor incidental work r ins to teach limitation compeuation for additional professional scrvrccs substitute facilities or correction or it WOO rr•rim required and costs for repair and replacement of work of others Physical completion of the work. ific items of work destroyed or damaged by correction removal or replacement of The Contractor's request shall list the�l "'- order to the Contractor's unauthorized work. in subparagraph two above that remains to be co also cstaonisu u No adjustment in contract time or con ruction will be reach sisal coin lesion. The En ulcer ma of the Work Substantial Completion Date unilaterally. allowed because of the delay in the performance attributable to the exercise of the Contracting Agency's rights Page-SP-5 Revision Date:May 19, 1997 1-05 Control of Work 1-05 Control o f Work If, after this inspection, the Engineer concurs with the Completion Date cannot be established until testis Contractor that the Work is substantially complete and ready for its have been complctcd to the satisfaction of the Enginer d corrO� intended use the Engineer, by written notice to the Contractor, -- The costs for power, as labor, material su lies and will set the Substantial Completion Date. If, after this inspection everything else needed to successful( coin lets o tiotaal the Engineer does not consider the Work substantially complete and shall be included in the various contras ricer related to testin wady for its intended use, the Engineer will, by written notice, so being tested unless ificall set forth othetw' the stem , notify the Contractor giving the reasons therefor. Form. acts in the Bid Upon receipt of written notice concurring in or denying Operational.and tat periods, when requirrd 1) the En ineer substantial completion, whichever is applicable, the Contractor shall not affect a manufacturer's guaranties or warranties furnished shall pursue vigorously, diligently and without unauthorized under the terms of the Contract. interruption, the Work necessary to reach Substantial and Physical SECTION I-05.12 IS DELETED AND REPLACED Completion. The Contractor shall provide the Engineer with a FOLLOWING: WITS 771R revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. 1-05.12 FSnal Acce ce (APWA) The above process shall be repeated until the Engineer The Contractor must perform all the obligations a establishes the Substantial Completion Date and the Contractor ,.,.�Cr the considers the work physically complete and ready for Final Contract before the Completion Date can be established A Certificate of Completion for the Work issued by the (,11(76. Ct I>tspxtion• Agency will establish the Completion Date and cc r mfv the work as 1-05_11(2) F5nAthispection Date (APWA) complete. The Final Contract Price may then be calculated 111,. When the Contractor considers the Work physically complete following must occur before the Completion Date can 6e and ready for Final Inspection, the Contractor by Written Notice established and the Final Contract Pnce calculated; shall request the Engineer to schedule a final iinspection. The. 1. The physical words on the project must be complete Engineer will set a date for Final Inspection. The Engineer and the 2. The Contractor must furnish all documentation required Contractor will then stake a Final Inspection and the Engineer will by the Contract and required by law, necessary, to allow the notify the Contractor in writing of all particulars in whist the Foal Contracting Agency to ecrtify the Contract as complete Inwoction reveals the Work incomplete or unacceptable. The Co Certificate of Completion for the Work, signed by the Contractor shall immediately take such corrective measures as are Contracting Agency will constitute acceptance of the Work. The necessary to remedy the listed deficiencies. Corrective work shall issuance of this Certificate of Completion will not constilrrte be pursued vigorously, diligently, and without interruption until nuance of unauthorized or defective work or material Failure of the Contactor to perform all of the Contractor's physiai completion of the listed deficiencies_ This process will obligations under the Contract shall trot bar the Contracting Agency been until the Fltgincer is satisfied the listed deficiencies have from unilaterally certifying the Contract complete so the Engineer bcui )I may calculate a Final Contract Price as provided in Section 1-09.9. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies SECTION 1-05.13 IS SUPPLEMENTED BY REVISING ee the Engineer may, upon Written Notice to the Contractor, take PARAGRAPH 7 TO READ: whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. 1-05.13 Superintendents, Labor, and Equipment of Upon correction of all deficiencies the Engineer will notify Contractor(APWA) the Contractor and the Contracting Agency, in writing of the date upon which the Work was considered physically complete. That eves the Contracting Agency evaluates the Contractor's date shall constitute the Physical completion date of the Contract lification pursuant to Section 1-02.1 the Contracting Agency but shall not imply all-the obligations of the Contractor under the will take these performance Contras have been fuffilled. d"44eports into-account. SECTION I-05 IS SUPPLEMENTED BY ADDING THE 1-05.11(3) Operational Testing (APWA) 17OLLOW17VG NEW SECTIONS. It is the intent -df the Contracting Agency to have at the Completion Date a complete and operable system. Therefore when 1-45.16 Water and Power (APWA) . the Work involves the installation of machinery or other cdianical equipment; street lighting electrical distribution or The Contractor shall make necessary arrangements and shall rn bear the costs for power and water necessary for the performance signal systems; buildings;or other similar work it may be desirable of the Work. for the Engineer to have the Contractor operate and test the Work For a period of time after final inspection but prior to the Physical 1-05.17 Oral Agreements (APWA) Completion Date. Wbenever items of work are listed in the officer,agent, or Contract Provisions for operational testing they shall be fully tested No oral agreement or conversation with any off under operating conditions for the time period specified to ensure employee of the Contracting Agency, either before or after their acceptability prior to the Physical Completion Date. During execution of the contract shall affect or modify any of the_terms or tad following the test period the Contractor shall correct any items obligations contained in any of the documents comprising the if workmanship, materials, or equipment which proves faulty, or contras Such oral agreerneu or conversation shall be considered hat are not m first class operating condition. Equipment electrical as unofficial information and in no way binding r"p°n the bntrols, meters or other devices and equipment to be tested Contracting Agency, unless subsequently put in writing. Iluring this period shall be tested under the observation of the �np,inccr, so that the Engineer may determine their suitability for he purpose for which they were installed_ The Physical 1- Page-SP-6 Revision fleet•)f— 10 1007 1 06 Control of Material 1 47 Legal Relations and Responsibilities to the Public 1-06 Control of Material its payrnent if the Contractor bases a bid on a mizunders-god tax liabili . The Contractor shall include all Contractor-paid taxes in the SECTION 1-06.02(2) IS SUPPLEMENTED BY ADDING THE unit bid prices or other contract amounts. In some cases- however, FOLLOWING. state retail sales tax will not be included. Section 1-07.2(3) describes this exception. 1-06.2(2) Statistical Evaluation of Materials for The Contracting Agency will pay the retained Percentage only Acceptance if the Contractor has obtained from the Washingn State UNLESS STATED OTHERWISE IN THE SPECIAL to Department of Revenue a certificate showing that all contract_ PROVISIONS STATISTICAL EVALUATION WILL NOT BE related taxes have been paid (RCW 60.28.050). The Contractingr USED BY THE CITY OF RENTON. Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department 1-07 Legal Relations and Responsibilities to of Revenue whether the amount owed relates to this contract or the Public not Any amount so deducted will be paid into the proper State fund. SECTION 1-07.1 IS SUPPLEMENTED BY ADDING THE 1-07.2(2) State Sales Tax-Rule 171(APWA) FOLLOWING. WAC 458-20-171 and its related ndcs, apply to building 1-07.1 Laws to be Observed (APWA) repairing or improving streets, roads, ctc., which arc owned by a municipal corporation or political subdivision of the state or by The Contractor shall indemnify, defend and save harmless the the United States and which are used primarily for foot or Cocuraeting Agency Crncluding IV agents officerrS and vehicular traffic. this includes storm or combined sewer systems ) against any claims that may arise because the within and included as a part of the street or road drainage system "` I" and power Imes when such are part of the roadway lighting system. �� or em 1 ee of the Contractor or subcontractor or materialman)violated a legal requirenment. For wort performed in such cases, the Contractor shall include In cases of conflict between different safety regulations, flit Washington State Retail Sales Taxes in the various unit Bid Item More stringeit regulation mfiall apply. prices or other contract amounts including those that tlic The Washington State Department of Labor and Industries Contractor pays on the puirliasc of the materials equipment, or sl»mil be flit sole and paramount administrative agency responsible supplies used or consumed in doing the work. for the administration of Inc provtsrons of the Washington 1-07.2(3) State Sales Tax-Rule 170(APWA) 4a1 Safety and Health Act of 1973 (WISHA). The Coctractor shall maintain at the Prolcd Site office, or WAC 458-20-170, and rats related rules apply to-the for constructing and repairing of new or existing buildings, or other . odkr well known place at the protect Site all articles necessag ,�, indudcs,but a not limited to fitai aid oo the oilseed Tbie Contractor shall establish, structures upon real Props- owned by pWlish,and malae known to all employees Procedures for ensunur rag the construction of streets, roads highways, sanit die rsons State of Washington; water[Hams and their appurtenances= iamned'iate i cmovaI to a hospital or doctors care, )x ems unless such seven and inducting employees, who may have been mlured on the Proms sewers and sewage disposal a or road drains e should not be Permitted to work on the Protect disposal systems are wrthm, a�a P_of a street _�_ Site_ Employees electrical power distn"bution lines, or Site before the Contractor has established and made known ,stem, telephone telepraplr, mmcedures for removal of injured Persons to a hospital or a other conduits or limes in or above streets or roads utilcss such doctor's - power lines become a part of a street or road lighting cvstan and installing or attaching of any article of tangible personal ProPe The Contractor shall have sole responsitbility for the safety, whether or not stidr Peso p `c`y o efficiency,and adequacy of the Contractor`s plant, appliances,and or to real prtilicrtY nxdiods and for any damage or iniutY resulting from their""re, a pact of the realty by virtue of msta(Iatron- Contractor shalt collect or improper maintenance use or operation. The Contractor shall For work ruicd in such casts die on the full contract responsible for the conditions of the from die Con A retail sales tax be sokby and completely r espo will automatically add this salts project Site inducting safety for all persons and property to the rice The Contracting Agency the P orma^°e of the work This acquirement shall PPty tax to each cnt to the Contractor. O° The Contractor shall not include the retail salts tax in the emit Bid Item iously, and not be bruited to normal working hours. sett to We 170, with required or implied duty of the Engineer to conduct construction nicer or in an oche contract arnOl review of the Contractor's performance does not, acid shall not, be the following exception. µill not add in sales tax inteided to include review and adequ_ of the Contractors safety Exception: The Contracting A factor makes on the measures in on,or neae die Protect Site. fora a t the Contractor or a goo meat or consumable purchase or rental of tools machine Stich Sales taxes shall be- SECTION 1-07-2 -IS DELETED AND REPLACED BY THE supplies not integrated into die project FOLLOWING: included in the unit Bid Item prices or to lull omen Wn""`Y 1-07.2 State Sales Tax(APWA) amount. 1-07.2(4) Services (APWA) the 1-07.2(1) GEl`IE12AI� (APWA) The Contractor shall not collect retail Sales tax from Contracting AgchSy on any contract whop for rofessioiu or Ilie Washington State Department of Revenue has issued rat of Revenue nom= SP—CC taI rules on the state Sales tax Sections 1-07.2(1) through_i- other services as defined in State artrm 07.2(4) are meant to clarify those rules The Contractor should 138 and 224). contact the Washington State Department of Revenue for answers to questions in this area The Contracting Agency will not adjust 1 Page-SP-7 Revision Dale-May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the public SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed 5 NTU over back round turbid; when TITLE AND SENTENCE 2, PARAGRAPH 2 TO READ_ the background turbidity is 50 NTU or less or have more than a 10 1-07.5(2) State Department of Flish and Wildlife&-ef scent increase in turbidi when the background tur}�idi is more than 50 NTU; for other classes of waters refer to WAC 173_20re (APWA, SA) 045. If the work in (1) through (3) above differs little from what The term turbidity means the optical ro of sam le , the contract requires, the Contracting Agency will measure and pay demonstrating the scattering and abso tion of light cam b for it at unit contract prices. But if contract items do not cover suspc nded material as expressed in NCPL1C1QMCMC T ui idi Units those areas, the Contracting Agency will pay pursuant to Section 1- and measured with a calibrated turbidimUer. Discharges to a State waterway caused b a re ate washing abo." drainage from aggregate it sites and iles or dewaterin of Pits and excavations shall not increase the existing turbid; of the receiving waters. SECT70N 1-07) IS SUPPLEMENTED BY ADDING THE Turbid water from the Pro•ect Site shall be treated before FOLLOWING NEW SECTION: being discharged into stream or other State waters lyir},;d 1-07.11(11) City of Renton Affidavit of Compliance removed by the use of lagoons or holding ponds sealing basins overflow weir, polymer water treatment dischargtn to surface, by percolation, net evaporation p_oration or by passing dt � gravel Each Contractor,-Subcontractor, Consultant, and or Supplier sand or fiber filters_ shall complete and submit a copy of the "City of Renton Fair 2. Erosion Control: Temporary erosion control shall be Practices Policy Affidavit of Compliance". A copy of this exercised by minimizing exposed areas and slopes until permanent document will be bound in the bid documents. measures are effective- The minimum exposed area and slopes will be defined in the Special Provisions.Plastic sheet covering shall be placed over exposed ground areas to protect from rain erosion. SECTION 1-07.13(7)IS SUPPLEMENTED AS FOLLOWS: Other alternative methods for erosion control under certain 1-07.13(1) General(RC) situations may include netting,mulching with binder and seeding Should rutting and erosion occur the Contractor shall be During unfavorable weather and other conditions, the responsible for restoring damaged areas and for clean-up of eroded contractor shall pursue only such portions of the work as shall not material including that in ditches, catch basins manholes and be damaged thereby. culverts and ether pipes. No portion of the work whose satisfactory quality or 3. Chlorine Residual: Water containing chlorine residual efficiency will be affected by unfavorable conditions shall be shall not be discharged directly into storm drains streams or State eonsuucted while these conditions exist, unless by special means or waters. Chlorine water may be discharged into sanitary sewers or precautions acceptable to the engincer, the contractor shall be able disposed on land for perculation. Chlorine residual may be reduced to overcome them. . chemically with a reducing agent such as sodium thiosalphate.` Water shall be periodically tested for chlorine residual_ SECTTON 1-07.14 (APWA) IS SUPPLEMENTED BY XBVISING ALL REFERENCES-Td 'STATE, GIDMMISSION, 4. Vehicle and Equipment washing: water used- for SECRhTARY" OR "STATE" To READ '`CONTRACTING washing vehicles and equipment shall not be allowed to enter.storm AGENCY." . drains, streams or other State waters unless separation of petroleum products, fresh concrete products or other deleterious material is accomplished prior to discharge. Detergent solution may- be SECTION 1-07.15 IS REVISED AND SUPPLEMENTED AS discharged into sanitary sewers or allowed to be held on the ground FOLLOWS. for percolation. A recirculation system for detergent washing u recommended. Steam cleaninj units shall provide a device for oil 107.15 Temporary Water Pollution Erosion Control separation. (APWA ,-RC) S. Oil and Chemical Storage and AandliaE. Handling and If done according to the approved plan or the Engineer's waterways.of oil and chemicals shall not take place adiacmt to orders, temporary water polltntion/crosion control work will be waterways. The storage. shall be trade in dike tanks And barrels am measured and paid for pursuant to Section 3 Qfl.41 04.1 rough w drip pans Provided 'under the dispensing area Shutoff the hemp sum item for "Temporary lock valves shall be provided on tanks Shut-off noales shall be mporary Water Pollution/Erosion provided on hoses Oil and chemicals shall be disnetiscd.only Control.: If no pay item appears in the contract for 'Temporary water during daylight hours unless the dispensing area is Properly It �' Disposal of waste shall not be allowed on oil and chemical SP -- Pollu tion/Erosion Control' then all labor, materials, tools and Fencing shall be provided around oil storage Locks steal! be equipment used to complete the work shall be considered incidental provided on valves, pumps and tanks, to other pay items in the Contract and no further compensation than be made. 6. Sewage: If a sanitary sewer line is encountered acid ESP-1ir In addition to other or relocation work is required the Contractor shall provide requirements in the Contract Documents blocking nd scaling of the sanitary sewer flow this temporary work shall include, but is not limited to, the g g Lary sewer line Sanitary shall be pumped out collected and hauled by tank_traick°r following water quality considerations: umped directly to a sanity °_ 5 1. Turbid Water Treatment Before Discharge: p y sanitary system manhole for Contractor existing sewers shall`be maintained by the Contractor v�rihout Determination of turbidity in surface waters shall be at the interruption of service by the use of temporary sewer b liscretion of the Engineer; for Lake Class Receiving Waters addition the excavated materials adjacent to and around a rupture :urbidity shall not exceed 5 NTU (Ncphclomciric Turbidity Units) of a sanitary sewer line shall be removed from the Project Site and )ver background conditions; for Class AA and Class A Waters Page-SP-8 Revision Date.May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public deposited into refuse trucks for haul to a sanitary fdl site. other temporary obstacles shall be removed by the contractor and ui ent and tools in contact with the above materials shall be immediately replace, after the trench is backfilled, in their original washed b pressure water lines and the attendant wash water position- The contractor shall notify the Contra cUne Any-.,. an d discharged into a sanitary sewer line for transmission to a sewage property Owner at least 24 hours in advance of any work done on treatmatt plant. casements or rights-of-way. Damage to existing structures outside of easement areas 1-07.16 Protection and Restoration of Property that may result from dewatcring and/or other construction activity SECTION I-07.16(1) IS SUPPLEMENTED BY ADDING THE undo this contract shall be restored to their ongnnal condi_tl_•on or better. The original condition shall be established by phototnai,hs FOLLOWING: taken and/or inspection made prior to construction All such work 1-07.16(1) PrivatcfPublic Property (RC) shall be done to the satisfaction of the property Owners and the The Contracting Agency will obtain all easements and Contracting Agency at the expense of the contractor. for the project. 'Ilse contractor shall limit his D. Streets. Tbc contractor will assume all responsibility of franchises o the required ways)used by him lion to the eras obtained and shall not trespass on private if restd���of the surface of all streets(traveled P�Y Contracting Agency may Provide certain Lands, as In the event the contractor does not have labor or material indicated in connection with the work under the contract together immediately available to make necessary repairs, the contractor- with the ri ht of access to such lands. The contractor shall not shall so inform the Contracting Agency. The Contracting fteney unreasonably encumber the premises with his equipment or will make the nxcssary repairs and the cost of such rtpairs shall be materials paid by the contractor. The contractor shall provide with i>o liability to the The contractor is responsible for identifying and Contra A additional land and a� thereto not documenting any damage that is pre-existing or caused by shown or described that may be required for temporary others.Restoration of excavation in City streets shall be done in construction facilities or storage of materials. He shall construct accordance with the CYry of Radon Treitch Restoration all access roads detour roads or other temporary work its required Requrrrmerdr, whicfi available at the Public Works Department by his operations The contractor shall confine his equips Customer Services counter on the 4th floor, Renton Municipal Storage of material and o uon of its workers to those areas Building 200 Mill Avenue South. shown and dcsatbcd and such additional areas as he may provide. SEC77ON 1-07.17 IS SUPPLEALEWED BY ADDING: A. General. All construction work under tits contract on easuncnts,right-of way,ova private property or franchise,shall be 1-07.17 Utilities and Situtlar Facilities (APWA,R1q) right-of-way or franchise. confined to the limits of such casements,ugh Y In addition to the other requirements -pursuant to RCW All work shall be accomplished so as to cause the kart amount or 19 122 an act relating to underground utilities and ptcscn' ing disturbance and a minimum amount of damage. The contractor penalties the Contractor shall: shall schedule his work so that trenches naoss easements shall not I call the utilities underground location center for field be kft open during weekends or holidays and trenches shall not be location of the utilities- o�en for mote thaw 48 hours. B Stn>chttes. pie contractor shall remove such existing Call Before 1 ou Di structures its any be necessary for the performancc of the work an The 48 Hour Locators if require shall rebuild the structures thus removed m as good a condition as found. He shall also repair all existing structures which 1-800-424-5555 may be as a result of the work under this contract- O 5J J C. Easements. Cultivated areas and other surface imprvvcnhaiK Alt euWvated areas,either agricultural or lawns,and and Z not bcgm excavation until all known °�- other surface improvanents which arc damaged by actions of the scd excavaUom have been as possible to char original facilities in the vicinity of the contractor shall be restored as nearly possr — located and marked. condition Location and dimensions shown oil the Plans for existing Prior to excavation on an easement or private right-of- available mfotnatiom without facilities are in accordance with in If a o utility is known Way, the contractor shall strip top soil from the trench or uncoc�g measuring or other yerif►cati construction area and stockpile it in such a manna that It may be or wed of having underground facilities`ivttlun the,area of� n completion of construction. Ornamental the replaced by him, typo P pro excavation and that tilt] u not a subscritxr w trees and shrubbery shall be carefully removed with the earth r shall e m burlap and replanted m their utilities undo location center then the Coritracto surrounding their roots wrapped individual notice to that utility. ty to original positions within 48 hours fl m the prosecution of the work it mimes All shrubbery or trees destroyed or damaged, shall be rc underdrat�=' interrupt existing surface drainage sevve or pacts m die r--laced by the contractor with material of equal quality at no utilities similar underground strudtrres�-- additional cost to the Contracting Agency. In the event that it is contractor shall be responsible for and sal a all nece sary necessary to trench through any lawn arcs, the sod shall be precautions to protect and provide tempo rscr"1Ces tot samrc carefully cut and rolled and replaced after the trenches have been P 'l-he �it all damage to c contractor shall at his own ezpcnu pop co the The lawn area shall be cleaned by sweeping or other such facilities or�tnhctures due to this construction opera means,of all earth and debris. facilities which will satisfaction of the City• except for City owned s ems* or z The contractor shall use robber wheel equipment similar be repaired by the utility department at carrrra to the small tractor-type backhocs uscd by side sewer contractors for the contractor as directed e the City. all work, including excavation and backfill,on casements or nghts- of- way which have lawn areas. All fences markers marl boxy or 1- Page-SP-9 Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities �i to the public SECTION 1-07.18 IS DELETED AND REPLACED BY THE and shall be cause for immediate tcrrnination of at the FOLLOWING' option of the City. the contract 1-07.18 Public Liabili turd Pro Dam e CO° fir shall obtain and maintain �i insurance coverage set forth below. B uitin the rm�hinl Insurance (RCZ insurance the Ci of Renton shall not be deemed or °llnhvhurrh State Amendment to 1-07.18 is not used. Renton uses the have assessed the risks that may be applicable to the CO following: The Contractor shall assess its own risks CO°�ctr d and if it dceins SECTION 1-07.18(1)IS REPLACED WITH THE FOLLOWING: a coverage,iiatc and/or ruder maintain hi her limits and/or broader _1-07.18(1) General (RC) Coverage shall include: 1 Commercial General Liability The contractor shall obtain and maintain in full force and LSO 1993 Form or effect, from the Contract Execution Date to the Completion Date equivalent. Coverage will be witten on an Occurrence basis public liability and property damage insurance with an insurance and include: corrhparhy(ics) or through sources approved by the State Insurance • Premises and rations uhcludin CG2503. General Commissioner pursuant to RCW 48 Aggregate to apply per proiect if armlicable) The Contractor shall not begin work under the Contract until • Explosion Collapse and Underground Nazar& the required insurance has been obtained and •_Products/Complcted r'.a ons approved by the • Contractual Liability Contracting Agency. Imurance shall provide coverage to the incl uding AmP^i1 tory Contractor, all subcontractors Contra fl Endorsement CG 0043 or valerht which includes Contracting and the de fens e coverage assumed under con tract) Contracting Agency's consultant The coverage shall protect • Broad Form Property Damage against claims for bodily injuries, personal injuries, including •-Indel3cadent Contra accidental death, is well as claims for - ctOrs PropenY damages which • Personal/Advertising Injury. may arise from any act or omission of the Contractor or the • Stop Gap Liability subcontractor, or by anyone directly or indirectly employed by either of them. ¢1 Automobile Liability including all If warranted wort; is • Owned Vehicles required the Contractor shall provide the . Non-Owned Vehicles City proof that insurance coverage and limits established under the • Hired Vehicles term of the Contract for work are in full force and effect during the (3) workers'Compensation period a warranty work.The Benefits (Coverage A) - The Contractive Agency may request a copy of the actual Show Washington Labor&Industries Number declaration pagcs(s) for each insurance policy effecting coverage(s) (4) Umbrella Liability(when necessary) rcgunred on the contract prior to the date work commences Failure . Excess of Commercial General Liability and of the Contractor to fully comply during the term of the Contract viruh the requirements described heda wt71 be considered a material Automobile Liability. Coverage should be as broad as breach of contract and shall be caused for immediate termination of pr—UMTY. the Contract at the option of the Contracting Agency. 15) Professional Liabiltyy - (whenever the work 'under this Contract includes Professional Liability ri e architectural SECTION 1 117 I8(2)IS REPLACED WITH TEE FOI[.OWING: engineering advertising or computer programming) the 1-07.18(2) Coverages (RCS CONTRACTOR shall maintain professional liability As part of the response to this proposal the Contractor shall covering Wrongful acts errors and/or omissions of the - �- submit a completed CYty of Burton Insuranc�e Irrformatior: form CONTRACTOR for damage sustained by reason of or in which derails specific coverage and limits for this contract the course of operations under this Contract All coverage provided by the Contactor shall be in a form (6) The Contracting Agency reserves the right to request and/or. and underwritten by a company acceptable to the Contracting require additional coverages as may be appropriate based on Agency. The City requires that all insurers- work performcdC,e.pollution liability) I) Be licensed to do business within the State of Washington. CONTRACTOR shall Name CITY OF RENTON, and its 2) Coverage to be on an 'occurrence, basis (professional officers, officials agents employees and volunteers as Additional Lability and Pollution coverage are acceptable when Immured (ISO Form CG 2010 or equivalent) The CONTRACTOR written on a claims-made basis) The City may also require shall provide CITY OF RENTON Certificates of Insurance,prior proof of professional liability coverage be provided for up to commeucemuu of work The City reserves die right tot RSA to two 9)years after the completion of the project _copies of insurance policies, if at their sole discraion it is deemed 3) The City may request a copy of the actual declaration appropriate. Further, all policies of insurance described above Rages) for 'each insurance policy affecting coverage(s) shall: requirrd by the Contract prior to the date work commences Be on a primary basis not contributory with anY other 4) Possess a minimum A.M. Best rating of AVII (A rating of insurance coverage and/or self-insurance carried by C11'Y A XH or better is preferred ) If any insurance carrier OF RENTON. possesses a rating of less than AVIL the City may make an 2) Include a Waiver of Subrogation Clause exception. The City reserves the right to approve the security of the 3) Severability of Interest Clause(Cross Liability) tsurance coverage provided by the insurance company(ies) terms 4) Policy may nett be non-renewed canceled or materiallY xndithons and the Certificate of Insurance. Failure of the changed or altered unless forty-five (45) days prior written ontnctor to fully comply during the term of the contract with notice is provided to CITY OF RENTON Notification ese rtquucmcnts will be considered a material breach of contract shall be provided to CITY OF RENTON by certified mail. 1~ Page-SP-10 Revician nnfr- M_ io ynn-, --- 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public REPLACE SUPPLEMENTAL SPECIFICATION SECTION 1- no obligation or liability of any kind , on the 07.18(3) 'LIMITS' WITH THE FOLLOWING: company, its agents or representatives". 1-07.18(3) Llmlts (RC) C. Amend the cancellation clause to state: 'Poll ma I."dM REQUERED not be non-renewed canceled or materia(Iv cl,ang�d or providing coverage in these stated amounts shall not be altered unless 45 days prior written notice is provided construed to relieve the contractor from liability In excess of to the City". Notification shall be provided to qEcii such limits The CONTRACTOR shall carry the following by certified mail. limits of liability as required below: For Professional Liability coverage only. Instead of tI,P Commercial General Liability cancellation language specified above, the City will accept a General Agz,eg * $2.000.000" written agreement that the consultant's broker will provide the Products/Completed Operations $2.000,000': required notification. �- Aggregate Fact,Occurrence Limit $1,000,000 SECTION 1-07-20 IS REVISED AS FOLLOWS: personallAdvertisirtR lniury 1 1-07.20 Patented Devices, Materials, and Processes Fire Damage(Am One Frrc) M.000 Medial Paynic=(Any One Person) 55.000 1�"`� Stop Gap LiabilaY 1,000'-000 "Ilie Contractor shall assume all costs arisin • General ArgnRate m apply per project g from the us, of (w Form CG2503 or eyuiyalcnt) patcated devices,materials, or processes used on or incorporated is Amount maY vary on project risk the work, and agrees to indemnify: defend, and save harmless Automobile LiabiU ty _ lie Cmuracting Agency and that Bodily 1nNry/Pr%xrty Damage $1.000.000- duly atrthormod agents and employees from all actions of any (Eta AceWent) nature for. or on account of the use of any patented devices, Wormers'Compensation materials.or processes. Statutory gtnefits-Coverage A Variable (Show Washington Labor and Industris Number) SECTION 1-07-22 IS SUPPLEIVffiVTED BY THE FOLLOWING: e Urnbrella Liability 1-07.22 Use of Explosives(AMA) Each Occurrence Limit 1� , ,000 General A negate Limit $1.000.000 Explosives shall not be used without specific authority of the Operations $1,000,000 Engineer, and then only under such restrictions as may be required _ Aggrerate by the proper authorities. Explosives shall be handled and used in Profess'towl Liability(If required) stria compliance with WAC 296-52 and such local laws, rules and Each Occunrrx>l IncidcadCla,m $1,000,000 regulations that any apply. The individual in charge of flee blasting tt'000'0W shall have a current Washington State Blaster Users License_ - The Co atractbr shall obtain, comply with, and pay for such Tile City may require the CONTRACTOR to teep permits and costs as arc nrxessarY in eoniuncilon with blasting professional liability coverage in effect for up to two(Z)Years after operations - completion of the project WheW the use of explosives is necessary for the prosecution of 'Ilse Contractor shall promptly advise the CTLT OF RIIITON the Work, the Contractor's insurance shall contain a special clause in writing in the event any general aggregate or other aggregate the blasting. limns are reduced At tlheir own expcihse the CONTRACTOR Permitting will reinstate the aggregate to comply widh the minimum limits and 1-07.23 Public Convenience and Safety reguircmags as stated in Section 1-07.18(3) and shall furnish the SECTION 1-07.23(1) IS SUPPL.81lMNTED BY ADDING TEE CITY OF RENTON a new Certificate of Insarance showing wch FOLLOWBNG PARAGRAPH coverage is in force. SECTION 1-07180 IS REPLACED WITH TEE FOLLOWING 1-07.23(1) Construction Under Traflic Rf- SUPPlEMENTAL SPECIFICATION 'EVIDENCE OF 'Lire contractor shall be responsible for..on rrrllinQ dust and LNSURANCE' mud within the proie t limits and on—IIY— which is Within 20 days of award of the contract the CONTRACTOR utilized by his cq mca for the duration of the projed- **� shall provide evidence of -insurance by submitting to the The contractor shall be prepared to use warmne irucxs. CONTRACTING AGENCY the following: power a M- nil.tier piers of xPmem as deemed i) City of Renton Insurance information Form (attached necessary by the engineer to avoid cMatmg a pu��- herein) without modification. Dust and mud control shall be considered as inchdentai to 2) Certificate of Insurance (Accord Form 25s or equivalent) [the project, and no tom rtsation will be made for this conforming to itens as specified in Sections 1-07.18(1), 1- section. 0718(2) and t-0718(3) as revised above. Other Complaints of dust mud or unsafe practices and/—or requirements are as follows: property damage to private Ownership will be_ trans>tu- a Strike the following or similar wording: 'This to the contractor and prompt action in co in them will Certificate is issued as a matter of information only be requirgd by the contractor. and confers no rights upon the Certificate Holder"; b Strike the wording regarding cancellation notification to the City- "Failure to mail such notice shall impost t- Page-SP-11 Revision Date May 19, 1997 1-08 Prosecution and Progress 148 Prosecution a ud Progress SECTION 1-07.24 IS DELETED AND REPLACED BY THE SECTION 1-07.26 (APWA) IS REVISED BY CHGING , FOLLOWING_ REFERENCES TO 'COMMISSION THE SEC RT 1-07.24 Rights of Way (APWA) 'STATE"TO READ "CONTRACTING AGENCP OR Street right of way lines, limits of easements, and limits of SECTION 1-07.27 (APWA) IS REVISED By CHANGING construction permits are indicated on the Drawings. The ALL REFERENCES TO "STATE" OR Contractor's construction activities shall be confined within these READ CONTRACTING AGENCY." limits, unless arrangements for use of private property are made. 1-08 prosecution and Progress Generally, the Contracting Agency will have obtained, prior gI to Bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the completion of the SECTION 1-08.1 IS DELETED AND RBpLACED B1, THE Work. Exceptions to this are noted in the Contract Documents or FOLLOWING: brought to the Contractor's attention by a duly issued Addendum. 1-08.1 Preliminary Matters APWA Whenever any of the Work is accomplished on or through ( ) property other than public right of way, the Contractor shall mcet and fulfill all covenants and stipulations of any easement agreement 1-08.1(1) Preconstruction Conference (APWA) obtained by the Contracting Agency from the owner of the private The Engineer will furnish the Contracto]Lmj!h-W to 10 copies propcM. Copies of the easement agreements are included in the of the Contract Documents. Additional docturneats ykay be Contract Provisions or made available to the Contractor as soon as furnished upon request at the cost of reproduction_ Prior to practical after they have been obtained by die Engincer• undertaking each � part of the Work the Contractor shah camfiwy Whenever easemarts or rights of entry have not been acquired study and compare the Contact Documents and check and y -_. prior to advertising, these areas are so noted on the Drawings. The pertinent figures shown therein and all verify applicable Meld Contractor shall not proceed with any portion of the Work in areas measurements. The Contractor shall promptly report in writin to I where right of way, casements or rights of entry have not been the Engineer any conflict error or p22s ,a.r„ which the acquired until the Engineer cetifies to the Contractor that the right Contractor may discover. of way or casement is available or that the right of entry has been After the Contract has been executed but prior to the received. If the Contractor is delayed due to acts of omission on the Contractor beginning the Work a preconstruction conference will part of the Contracting Agency in obtaining eascr rm, rights of be held between the Contractor, the Engineer and such other entry or right of way, die Contractor will be entitled to an interested panics as may be invited. The purpose of the extension of time. The Contractor agrees that such delay shall not preconstruction conference will be: be a breach of contract 1. To review the initial progress schedule; Each property owner shall be Riven 48 hours notice prior to 2. To establish a working entry by the Contractor. This includes rn undestanding among the various W onto easements and parties associated or affected by the Work; private property where private improvmxnts must be adjusted_. 3. To establish and review procedures for progress payment The Contractor shall be responsible for providing without notifications,a pprovals submittals etc-,- expense or liability to the Contracting Agency, any additional land 4. To establish normal working hours for the Work; and access thereto that the Contractor may desire for temporary 5. To review safety standards and traffic control;and construction facilities, storage of materials or other Contractor 6. To discuss such other related items as may be pertinent to needs. However, before using any private property, whether the Work_ adjoining tlx Work or not, the Contactor shall fi le with the The Contractor shall prepare and submit at the preconstruction -- Engineer a written permission of the private property owner, and meeting die following: upon vacating the premises, i written release from the propety 1. A breakdown of all hump sum items• owner of each property disaubed or otherwise interfered with by 2. A preliminary schedule of working drawing submittals;and reasons of construction pursued under this contract.The statement 3. A fist of material sources for approval if applicable. shall be signed by the private property owner, or proper authority 4. A Project Schedule. acting for the owner of the private property affected stating that Permission has been granted to use the property and all necessary 1-08.1(2) Subcontracting (APWA) _ permits have been obtained or, in the case of a release that the Work done by the Contractor's own organization shall accouct restoration of the property has been satisfactorily accomplished. for at least 30 percent of the Awarded Contract Price. Bef en ore Tlie statement shall include the parcel number, address and date of computing this percentage however, The Contractor may sub tract signature. Written releases must be filed with the Enginar before (from the Awarded Contract Price) the costs of arty Subco[ittacted the Completion Date will be established. work on items the contract provisions specifically designates P1 be first excluded from the Awarded Contract Price. The Contractor shall not subcontract woric regardless of t"r unless the Fnoinecr approves in writing Each request to subcontract shall be on the form the Engineer provides. If the Engineer requests the Contractor shall provide proof that the subcontractor has the experience ability, and equipment the work requires. Each subcontract shall contain a provision which requires the subcontractor to comply with Section 1-07.9 and to famish all certificates submittals and statements required by the Contract Documents. e Along with the request to sublet, the Contractor shall submit the names of any contracting firms the subcontractor proposes to ' Page-SP-12 A 11-08 Prosecution and Progress 1-08 Prosecution and Progress use as lower tier subcontractors Collcctivdy these lower tier Permission to work between the hours of 10:00 .m. and 7:00 subcontractors shall not do work that exceeds 25 percent of the a.m. during weekdays and between the hours of 10:00 P.M. and total amount subcontracted to a subcontractor. When a 9:00 a.m. on weekends or holidays may also be sub,,,, ,n raise subcontractor is responsible for construction of a specific stricture control requirements. Approval to continue work dU-nm West or stiucturrs the following work may be performed by lower tier hours may be revoked at any time the Contractor exceeds the subcontractors without being subject to the 25 percent limitation: Contracting Agency's noise control ESA afions or complaints are I Furnishing and driving of piling or received from the public or adiotning property owners ret=arding 2 Furnishing and installing concrete reinforcing and Post- the noise from the Contractors operations. The Contractor shall tensioning steel Except for the 25 percent limit, lower tier have no claim for damages or delays should such permission be subcontractor% shall meet the same requirements as revoked for these reasons. subcontractors. Permission to work Saturdays, Sundays, holidays Or other The Engineer will approve the request only if satisfied with than the agreed upon normal straight time working hours Monday the proposed subcontractor's prior record equipment experience, through Friday may be given subject to certain other conditions set and ability to perform the work Approval to subcontract shall not. forth by the Contracting Agency or Fngineer. These conditions 1 Relieve the Ctmtractor of any resportsibil►ty to carry out the may include but are not limited to: requiring the Fnginecr or such contract, assistants as the Engineer may deem accessary to be presertt during 2. Relieve the Contractor of any obligations or liab►7ity tinder the Work- requiring the Contractor to reimburse the Co a the contract and the Contractor's bonds Agency for the cost of engineering salaries paid Co n 3. Create any contras between the Contracting Agency and Agency employees who worked during such times•considerine the ftie subcontractor te In on ,or Work performed on Saturdays and holidays as working days with 4 Convey to the subcontractor any ri ghts against _the regards to the Contract Time; and considering multiple work shifts Cog , as multiple working days with respect to Context Time evem The Contracting Agency will not consider as subcontracting: though the multiple shifts occur in a single,24-hour period. (1) purchase of sand, gravel crushed stone crashed slag, batched Assistants may include, but are. not limited to, survey crews; concrete aggrq� ready mix concrete off-site fabricated personnel from the Contracting Agency's material testing lab; stnKIttr'al steel other off-site fabricated items and any other iaspcctors- and other Contracting Agency ervployees when in the materials aWlied by established and recognized commercial opinion of the Engineer,such work necessitates their presence: plants;or(2)delivery of these materials to the work site m vehicles owned or operated by such plants or by recognized independent or 1-05.1 Reimbmnsement for Overtime Work of commercial hauling companies. Contracting Agency Employees (APWA) However, the State LdcI may determine that RCW 39.12 Where the Contractor elects to work:on a Saturday. Sunday, dies to the employees of such firms idcruified in (1) and (2) or other holiday, or longer than an 8-hour work shit on a regular above in accordance with WAC 296-127. If this should occur, the working day as defined in the Standard spedHcations, such work peoyrsions of Section 1-07.9, as modified or supplemented, shall shall be considered as overtime work. On all such overtime'Work. an inspector will be present, and a survey crew may be taacltiirm�at The Contractor shall certify to the actual amounts paid to any the discretion of the F igincer The Contractor shall reimbum the Disadvarmtaged, Minority or Woriien'e Business Enterprises firms Contracting Agency for die full amount of the straight time plus that were subcontractors irman ufactirrcrs regular dealers, or overtime costs for employees of the Contractrng Age�y r service providers on the contract. This certification shall be to work overtime hours. cations does hereby arithorize sa pplied with the Final Application for Payment on the form The Contractor by these Specifications otmt due or to rovided by the 1?agitmeer. the inter to deduct such costs from the am p If dissatisfied with any part of the subcontracted work, the become rut the Contractor. _ Erica may request in writing that the subcontractor be removed. SECTION 1-08.4 IS DELETED AND REPLACED BY THE The Contractor shall comply with this request at once and shall not FOLLOWING. J employ the subcontractor for any further work under the contrail. 1-08.4 Notice to Proceed and Prosecat4on of the Work 1-08.1 Hours of Work(APWA) (APWA) Except in the terse of emergency or unless otherwise approved � b� b1+the Contracting Agency,the Donna,straight time working hours Notice to Proceed will be even after cow have for time contract shall be any consecutive 8-hour penod between executed and the contract bond and evidence�tm�cior shall not 7.00 a m and 6-00 p.m-of a working day with a maxnnum 1-hour been a roved and filed b the Owner. has been given by hunch break and a 5-day work week The normal straight time 8- commence the Work until the Notice to Proceed uctio hour working period for the contract shall be established at the the Engineer. The Contractor shall 2a -.upNotia to pnxoruuuction conference or prior to the Contractor commencing activities on the Project Site within ten the Work. Proceed Date. The Work thereafter shall tion tmtii Physical If a Contractor desires to perform work on holidays, v►g_orously and without unauthorized intern l2 Sllutaowmo Or Saturdays Sundays or before 7 00 a m or after 600 p.m. on any completion of the work There shall be no v_ o�—ry ro of nor aPP zl 0 day, the Contractor shall apply in writing to the Engineer for slowing of operations by the Contractor wrtlmotn r from pe emission to work such times. Permission to work longer than an the Engineer Such approval shall not relieve the 8-hour period between 7:00 a m and 6.00 p.m. is not required. the Contractual m obligation to complete the work within u,. Such requests shall be submitted to the Engineer no later than noon prescribed Contract Tunc_ on the working day prior to the day for which the Contractor is requesting permission to work. 1- Page-SP-13 Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Pa Yment SECTION 1-08.S IS DELETED AND REPLACED WITH THE SECTION 1-08.9 IS REVISED PER SECTION 1-0S.II_ FOLLOWING: 1-08.10 Termination of Contract (APWA) 1-08.5 Time For Completion (Contract Time) (APWA, RQ SECTION 1-08.10(l)IS SUPPLEMENTED BY REVIS�rG ALL The Work shall be physically completed in its entirety within REFERENCES TO `STATE TREASURE DEP OF the time specified iu the Contract Documents or as extended by the TRANSPORTATION" IN THE LAST SENT CE Engineer. The Contract Time will be stated in "working days" PARAGRAPH S TO READ `CONTRACTlNGAGENCY+ - shall begin on the Notice To Proceed Date and shall end on the SECTION 1-08.11 IS A NEW SECTION. C_ontract Completion Date. A nonworking day is defined as a Saturday, a Sunday, a day 1-08.11 Contractor's Plant and Equipruent (RC) on which the contract specifically suspends work, or one of these holidays: January 1, The contractor alone shall at all times be res ad ua efficiency, and sufficiency of his and hiss Bible for the Monday of FabFuagy, cmorial Day, July 4, Labor Day, lant and i ment. 'Tile Owner shall. have the subcontractor, ri ht to make Ilse � November 11, Thanksgiving Day, the day after Thanksgiving, and of the contractor's plant and equipment in the Christmas Day. When _ The day before ChrEt as shall be a work on the site of the work. LOm°; of an holiday when Christmas Day occurs on a Tuesday or Friday. The The use by the Owner of such plant and- day after Christmas shall be a holiday when Christmas Day occurs equipment shall be considered as extra work and paid for acco inaly, on a Monday, Wednesday, or Thursday. What Christmas Day Norther the Owner nor the neer assume occurs on a Saturday, the two preceding wo inv days shall be nsibiIi at any time, for the security of the site from the tinhe ennt�r. observed as holidays: When*Christrnas day occurs on a Sunday the two wo g --fn rations have commenced until final as eptance of the work by citing days following shall be observed as holidays- the engineer and the Owner. The contractor shall unnlov such Whcn holidays other than Christmas fall on a Saturday, the measures as additional fencing barricades, and watchmen service wing Friday will be counted as a non-working day and when as he deems necessary for the public safety and for the protection they fall on a Sunday the following Monday will be counted as a of the site and his plant ------ non-woricing day. The Contract Time has been established to allow — em The Owner will be provided keys for all fenced, secured areas for periods of normal inclement weather which from historical accords, is to be expected during the Contract Time and during 1-08.12 Attention to Work(RC) which periods, work is anticipated to be •performed. Each The contractor shall wive working day,beginning racor a with the Notice to Proceed Date give his personal attention to and shall and ending with the Physical Completion Date shall be charged to supervise the work to the end that it shall be prosecuted faithfully, the Cantina Time as it occurs and when he is not personally pt'�nt on the work site he shall at apt a day or part of a day which all trines be represented by a is designated a nonworking day or an Engineer determined competent superintendent who shall unworkable day have full authority to execute the same and to supply materials The Engineer will furnish the Contractor a weekly report tools, and labor without delay and whb shall be the legA showing (1) the number of working days charged against the reprcSCntative of the contractor. The contractor shall be liable for Co Time for the preceding week (2) the Contras Time in the faithful observance of any instructions delivered to him or tContract . worEng days; (3) the number of working days remaining in the his authorized representative. Contract Time; (4) the number of nonworking days; and (S) any partial or whole days the Engineer dedamd unworkable the 1-09 Measurement and Payment previous week. This weekly report will be correlated with the Contractor's current approved progress schedule.If the Contactor SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE elects to work 10 hours a day and 4 days it week(a 4-10 schedule) FOLLOIXJING. . and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that 1-09.1 Measurement of Quantities (RC) week will be charged.as a working day whether or not the When items are specified to be paid for by ton it will be the Contractor works on that day. Contractor's rcsponsibility to see drat a certified weight ticket is The Contractor will be allowed 10 calendar days from the date �- given to the Inspector on.the projea at the time of delivery of of each report in which to file a written protest of an alleged materials for each truckload delivered Pay quantities will be discrepancy in the Contract Time as reported Otherwise the p��on the basis of said tally tickets delivered to the inspector report will be deemed to have been accepted by the Contractor as �� at the time of delivery of materials. Tickets not receipt by the requirements for scheduling the Final Inspector will not be honored for payment The require Inspection and Where items are specified to be paid by the ton the f� o_llowuiA tstablishmg the Substantial Completion Physical Completion and system will be used: Completion Dates are specified in Sections 1-05 11 and 1-05.12. Each truck shall be clearly numbered to the satisfaction of the Engine=and there shall be no duplication of numbers. - Duplicate tickets shall be prepared to accomp_ 2 truckload of material delivered to the project. The tick_ets shall bear at least the following information: 1. Truck Number= 2. Truck we weight(stamped at source) 3. Gross truck load weight in tons(stamped at source). j 4. Net load weight (stamped at source) 5_ Driver's name and dAte. Page-SP-14 Revision Date.May 19, 1997 1-09 Measurement and Payment IA9 Measurement and Payment 6 Location for delivery. LABORATORY" TO READ "CONTRACTING AGENCy,S 7. Pay item number. MATERIAL LABORATORY.' 8- Contract number and/or name. SECTION 1-09.9 IS DELETED AND REPLACED By TIIE The Contractor shall submit a breakdown of Costs for each FOLLOWING: lump sum Bid Item The breakdown shall list the items included in the lump term together with a unit price of labor, materials and 1-09.9 Payments (APWA) equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sure Bid. The unit 1-09.9(1) Progress Payments (APWA) rice values may be used as a guideline for determining progress progress payments for completed work and material on hared payments or deductions or additions-in payment for ordered work changes. The detailed cost breakdown of each lump sum item shall will be based upon Progress estimates Prepared by the$ngineer A progress estimate cutoff date will be established at the be submitted to the Engineer nor to the Precotutrudioa preconstruction meeting. Conference. Within 3 days after the progress estimate cutoff date (bin not SECTION 1-09.2 (APWA)IS SUPPLEMENTED BY REVISING more often than once a month) the Contractor shall submit to the ALL REFERENCES TO `MATERIAL RECEIVER' TO READ Engineer for review an Application for Payment filled out and 'TIVGINEER,. signed by the Contractor, covering the work completed prior to the SECTION I-09 3 IS SUPPLF.MENTFD BY ADDING THE Program ate cutoff date.The Application for Paymem shall be accompanied by documentation Supporting the Contractor's FOLLOWING: Application for Payment. - If payment is requested for materials andi equipment riot 1-09.3 Scope of Payment(APWA, RC) moorporated in the work, but delivered and stored at approved sites Unless modified otherwise in the Contract Provisions, the Bid pursuant to the Contract Documents, the Application for Payment Itcros listed or referenced in the 'Payment"clause of each Section sUl be accompanied by a bill of sale, invoice, or other of the Standard Specifications will be the only items for which documentation warranting that the Contractor bas received the commperosation will be made for the Work dcsambed m or specified materials and equipment and evidence that the materials and in that paitiailat Section when the Contractor Performs die equipment arc covered by appropriate insurance or other -'fled Wort Should a Bid Item be listed m a Payment clause arramgemenIS to protect the Engineer's interests therein. but not in the Proposal Form, and Work for that item is performed The initial Progress estimate will be made not later than 30 . . the Contractor and the work us not stated-as included in or days after the Contractor commences die Wort.-and smice�sive. imciderhtal to a pay item in the contract and is not work that would progress estimates will be made every month thereafter until the be reguired to complete the intent of the Contract per Section 1- Completion Date ress Prog estimates made during progress of time 04.1. then payment for that Work will be made as for Extra Work work are tentative and made only for the purpose of determining pursua>n to a Change Order. progress payment The progress estimates are subject to change at The words"Bid Item,- `Contract Item," and"Pay Item,"and time prior to the calculation of the Final Payment per any similar terms used throughout the Contract Docamcmcs are Section 1-09.9(4). sYmoYg!�. The value of the pro gress estimate will be die stem of the If the `payment" clause in the Specifications relating to any following: unit Bid Item price in the Proposal Form legumes that said unit Bhd i Unit Price Items in the Bid Form — die aPPromcy the item price cover and be considered compensation for certain work quantity of acceptable units of Work completed multiplied 6y time or material essential to the item then the work or material will not Unit Price. be measured or Paid for under any other Unit Bid Item which>� 2, I um Sum Items in the Bid Form — the appear elsewhere in time Proposal Form or Specifications- PeTcentare complete multiplied by the Bid Forms amount for each Pluralized unit Bid Items appcarmg m these Spxific pas are jump Sum Item. changed to singular form. 3 Materials on Aland 90 tit of invoiced cost of Payment for Bid Items listed or referenced in time 'Paymerit" material delivered to Job site or other storage area aPP1OVCd�'ttie clause of any pamcular Section of the Specifications shall be Engince r. considered as including all of the Work rcgmrcd specified, or 4. Change Orders -- entitleument for roved extra cost or described in that particular Section_ Payment items will generally completed extra work as determined by the Eagineer be listed generically in the Specifications and specifically m the propayments will be made n accordance with die bid form When items are to be 'famished tinder one Payment progress estimate less item and 'installed" under anodmer paymrient item such Items shall 1 Five(5)percent for retained percen e- be furnished FOB project site or, if specified in the Special 2 The amount of Progress Payments proyiously made. e,-a rang Agency for Provisions delivered to a designated site. Materials to be 3 i ends withheld by the Co Documents- "furnished " or `furnished and install th ed" under ese conditions, disbursement in accordance with the Contract shall be the responsibility of the Contractor with regard to storage Progress payments for work performed shall not be evidence until such items are incorporated into the Work or, if such items of acceptable performance or an admission by the Contracting arc not to be incorporated into the work delivered him the applicable Agency that any work has been satisfactorily coed' Contracting Agency storage site when provided for in the b the Contracting Payments will be made by warrants issued Y for me specifications Payment for material 'furnished but not yet Agency's fiscal officer, against the appropriate fund sorirce incorporated into the Work may be made on monthly estimates to project Payments received on account of work perfonmW by the extent allowed. subcontractor are subject to the provisions of RCW 39.04-250' SECTION 1-09.8 (APWA) IS SUPPLEMENTED BY REVISING ALL REFERENCES TO -HEADQUARTERS' MATERIAL t page—Sp-1s Revision Date.May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and I'a Yment 1-09.9(2) Retainage (APWA,RCI 1-09_9(3) Goutraqing Agency's Ri ht to With Pursuant to RCW 60.28 there will be retained from monies and Disburse Certain Amou hold earned by the Contractor on progress estimates a sum not to exceed In addition to monies retained utsuaci[ to RC AAA 5 percent of the monies earned by the Contractor. Such retainage subject to RCW 39.04.250 RCW 39.12 and W --- and shall be used as a trust fund for the protection and payment (1) to Contractor authorizes the En gin= to.withhold rR 39.76 the the State with respect to taxes imposed pursuant to Title 82 RCW due or deduct an amount from an payment or ents which may be due from such Contractor, and (2) the claims of any Contractor which in the En incei's inion any ni ms due the person arising under the Contract. cover the Contracting Agency's costs for or to to Monies reserved under provisions of RCW 60.28 shall at the following situations: the option of the Contractor, be: 1. Damage to another contractor when there is 1. Retained in a fund by the Contracting Agency, thereof and a claim has been filed. evidence 2. Deposited by the Contracting Agency in an interest- 2. Where the Contractor has not paid fees F bearing account in a bank, mutual savings g public authorities or municipalities which the or char es to g bank, or sayings and loan association (interest on monies so retained may be paid to the Contractor is obligated to pay. Contractor). 3. Utilizing material, tested and inspected b e Fngince. 3. Placed in escrow with a bank or trust company by the for purposes not connected with the Work(Section 1-05.6) Contracting Agency. Wben the monies reserved are to be placed in 4. Landscape damage assessments per Section 1-07 16 i escrow the Contracting Agency will issue a check ttipresmting the 5. For overtime work performed by City personnel new sum of the monies reserved payable to the bank or trust company Section 1-08.1(4). and the Contractor jointly. Such check shall be converted into 6. Anticipated or actual failure of the Contractor to bonds and seatrities chosen by the Contractor and approved by the complete the Work on time. Contracting Agency-vA the bonds and securities held in escrow. a. Per Section 1-08.9 Liquidated Damage:or Interest on the bonds=and securities may be paid to the Contractor b. Lade of construction progress based upon the Engineer's as the inteContr cities. review of the Contractors approved progress schedule which , The Contractor shall designate the option desired on the indicates the Work will not be completed within the Coritract Time When calculating an anticipated time ovemm the Engineer will at make allowances for weather delays approved unavoidable delays least 10 working days prior to the first progress payment for the and Stispcnstorts of the Work_ The amount withheld under this contract. The Contractor in choosing option (2) or (3) agrees to subparagraph will be based trpon the liquidated damages amount assume full responsibility to pay all costs which may accrue from per day set forth in Contract Documents multiplied by the number escrow services, brokerage charges or both and further agrees to of days the Contractor's approved progress schedule in the opinion assume all risks-in connection with the investment of the retained of die Engineer, indicates the Contract may exceed the Contract Percentages in securities. The Contracting Agency may also at its Time. option, accept a bond for alt or a portion of the contractor's 7. Failure of the Contractor to perform -any of 'the retamage. Contractor's other obligations under the contrail, including but not _Release of retained percentage will be made 60 days following limited to: the Completion Date (puramm to RCW 39.12 RCW 39.76 and a. Failure of the Contractor to provide the Engineer with a RCW 6028)provided the following conditions are met: field office when required by the Contract Provisions. 1. On contracts totaling more than$20,000.00, a release has b. Failure of the Contractor to protect survey, stakes , been obtained from the Washington State Department of Revenue mark, etc., or to provide adequate survey work as required by (RCW 60.28.051). _ Section 1-05,5. 2. No claims, as provided by law, have been filed against c. Failure of the Contractor to correct defective or the retained percentage- unauthorized work(Section 1-05.8) 3. Affidavit of Wages Paid is on file with the Contracting d. Failure of die Contractor to furnish a Manufacture's Agency for the Contractor and all Subcontractors regardless of tier Certificate of Compliance in lieu of material testing and inspection (RCW 39.12.040).• as required by Section 1-06.3. In the event claims are filed the Contractor will be paid such C. Failure to submit weekly payrolls Intent to Pay. taained percentage less an amount sufficient to pay any such Prevailing Wage forms or correct underpayment to employees of dainis together with it sum detemrined by the Contracting Agency the Contractor or subcontractor of any tier as required by Section tttfficiew to pay the cost of foreclosing on claims and to cover 1-07.9. utorney's fees. f. Failure of the Contractor to pay worker's benefits isle Retainage will not be reduced for any reason below the 50 and Tide 51 RCW)as required by Section 1-07.10. ninimurn limit provided by law. o. Failure of the Contractor to submit and obtain ap rp oval Pursuant to SettiOn 1-07.10 the Contractor is responsible for of a progress schedule per Section 1-08.3- ubmitting to the State L&I a "Request for Release"form in order The Contractor authorizes the Engincer to act as agent for the or the Contracting Agency to obtain it- release from that Contractor disbursing such funds as have been withheld pursuant to IcPartment with respect to the payments of industrial insurance this section to a party or parties who are untitled to pay - menl. nedical aid premiums. The Contracting Agency will ensure the Disbursement of such funds if the Engincer elects to do so, will be 1Vash4igton State Employment Security Department and any made only after giving the Contractor 15 calendar days prior pplicable Contracting Agency department or organization are written notice of die Contracting Agency's intent to do so and rf iotificd of Contract completion in order to obtain releases from prior to the expiration of the 15-calendar day period hose departments or agency organizations. 1. no legal action has commenced to resolve the validitY of the claims,and 2. the Contractor has t rotested such disbursement. Page-SP-I6 Reyision Date_May 19, 1997 1_119 Measurement And Payment 1-09 Measurement and Payment A proper accounting of all funds disbursed on behalf of the of the responsibility to comply with all laws, ordina.,.,� and Contractor in accordance with this section will be made. A regulations — Federal, State, or local — that affect the cormact payment made pursuant to this section shall be considered as "Ilse date the Contracting Agency unilaterally signs the Fula, payment made under the tams and conditions of the Contract. The Progress Estimate constitutes the final acceptance date (Section 1 Contracting Agency shall not be liable to the Contractor for such 05.12 . payment made in good faith. 1-09.11 Disputes and Claims If legal action is instituted to determine the validity of the claims prior to expiration of the 15-day period mentioned above, the Engineer will hold the funds until determination of the action or SECTION I-09.II(2)IS REVISED AS FOLLOWS; written settlement agreemncnt of die parties. 1-09.11(2) Claims (APWA) 1-09.9(4) Final Payment(APWA) Failure to submit with the Final Application for Payment&azl Upon Acceptance of the Work by the Contracting Agency the CIl information and details as final amount to be paid the Contractor will be calculated based described in this section for any claim shall operate as a waiver of upon a Final Progress Esd ate trade by the Engineer. Acceptance the claims by the Contractor as provided in Section 1-09.9. by the Contractor of the Final Payment shall be and shall operate as SECTION 1-09.11(3) IS DELETED AND REPLACED BY THE a release- FOLLOWING. 1 to the Contraaing Agency of all claims and all liabilities of the Contractor other than claims in-stated amounts as may be 1-09.11(3) Time Limitations and Jurisdiction spWificany excepted in writing by the Contractor, (APWA) 2 for all things done or furnished in connection with the This contract shall be construed and interpreted in accordance with the laws of the State of Washington-Tine venue of any claims 3 for every act and neglect by the Contracting Agengrr and or causes of actions arising from this contract shall be in the 4. for all other chines and liability relating to or arising out Superior Court of the county where the work is performed. , of the Work. For convenience of the parties to this contract, it is mutually A payment (monthly, final, retainage or o(herwise) shall not agreed that airy claims or causes of action which the contractor has release the Contractor or the Contractor's SuretY from any against the Contracting Agency arising from this contract shall be obligation required under the terms of the Contract Documents or brought within 180 days from the date of Final Acceptance of the the Contract Bond; nor shall such payTsq constitute a waiver of contract by the Contracting Agency. The parties understand and the Contracting Agency's ability to investigate and act upon agree that the Contractor's failure to brine suit within the tune findings of non-compliance with the WMBE regwreinrnts of the period provided sh Il be a complete bar to any such claims or Contract; nor shall such payment preclude the Contracting Agency causes of action. front tecoyeing damages,seuinl*penalties or ob aiming sticlr other It is f=ber mutually agreed by the parties that when any rea)edics as may be permitted by law. claims or causes of action which a Contractor asserts against the Before the Work will be accepted by the Contracting Agency, Contracting Agency arising from this contrail are filed with the the Contractor shall submit an affidavit, on the form provided by Contracting Agency or initiated in court, the Contractor shall the Engineer, of unounts.paid to certified disadvantaged (DB), jeR it the Contracting Agency to have timely access to any records minority (1viBE) or womca business enterprises (WBE) deemed necessary by the Contracting Agerney to assist m evaluating yarrig;inting in the Work Such affidavit shall certdY the amounts the claims or actions. paid to the DB MBE, or WBE subcontractors regardless of tier. On Federally funded projects the Contractor maY also be 1-09.13 Arbitration fired to execute and furnish the Contracting Agency an affidavit BY certifying that rho Contractor has not extended any loamu gratuity SECTION I-09.I3(Z) (R0 IS SUPPLEMENTED or gift ud money Pursuant to Seaton 1-07.19 of these REPLACING ALL REFERFNCBS TO "THURS1bN COUNTY `-' Specifications. WITH THE WORDS _gI1VG COUNTY." If the Conmactor fails, refuses or is unable to sign and return SECTION I-09.13(3)IS SUPPLEMENTED BY ADDING' the Final Progress Estimate or any other documents required for [tie final acceptance of the contract the Contracting Agency 1-09.13(3) Procedures to Pursue titration (RQ reserves the right to establish a completion date and un,aterally Tine findin and decision of the board of arbitrators shall be accept the contract Unilateral acceptance will ocean only after the rtv within final and binding on the parties unless� aggrieved t��_--- Contractor has been provided the opportunity, by wnuen request 10 days challenges the findings and decision by serving and f Ing from the Envinccr, to voluntarily submit such docum ents. If of j(tna ��� a p�tstion for review by the superior court voluntary compliance is not achieved formal notification of the Washin on. The grounds for the on for review arc irnn�d impending unilateral acceptance will be provided by certified letter showing that the findings and decision: from the Engineer to the Contractor which will provide 30 calendar 1 Are not responsive to the questions su_ bm�tttcd_; days for the Contractor to submit the necessary documents. The 2 Is contrary to the tams of the contrail or any component 30-calendar day deadline shall begin on the date of the postmark o_f thereof; the certified letter from the Engineer requesting the necessary 3 Is arbitrary and/or is not based upon the applicable facts documents This reservation by the Contracting Agency to on. The and the law controllin the issues submitted to atbitrati forth in unilaterally accept the contract will apply to contracts that are board of arbitrators shall support its decision bb�—-- coin IeUCd in accordance with Section 1-08.5 or for contracts that writing their findings and conclusions based °° the Cvidcucc are terminated in accordance with Section 1-08.10_ Unilateral adduced at any such hearing- acceptance of the contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract or t, Page-SP-17 Revision Date:May 19, 1997 1-10 Temporary Traffic Control 1-10 Tempora rY Tramc Control The arbitration shall be conducted in accordance with the If the Engineer requires the Contractor to furnish additio statutes of the State of Washington and court decisions governing channelizin devices ieces of ui ment or services w*u mould such procedure_ not be usual( anticipated b a rodent contractor for the The costs of such arbitration shall be borne equally by the City maintenance and protection of traffic then a new item or items and the contractor unless it is the board's majority opinion that the may be established to a for such items. Further limi or ' contractor's filing of the protest or action is capricious or without consideration of payment for these items are that ns for reasonable foundation. In the latter case, all costs shall be borne covered b other items in the bid ro sal are not by the contractor. •fled in the Special Provisions as an not incidental and the 1-10 Temporary Traffic Control accumulative cost for the use of each individual device Piece of equipment, or service must exceed �anneltzm S2oo in total cost for the duration of their need. In the event of di utes the SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE Engineer will determine what is usual] antici ated a rodent contractor. The cost for these items will be b a reed rice FOLLOWING: established by the Engineer, or by force account Adcfit,r r 1-10.1 General RAC) required as a result of the Contractors modrficadon to the traffic When the bid proposal includes an item for 'Traffic Control," control plan(s)appearing in the contract shall not be t oyen�l by the the work required for this item shall be all items described in provisions in this paragraph. Section 1-10, including, but not limited to: If the total cost of all the work under the contract inctra or 1. Furnishing and maintaining barricades, flashers, decreases by more than 25 percent an equitable adjustment will be construction signing and other clLvurlization devices, considered for the item "Traffic Control" to address the increase or unless a pay item is in the bid proposal for any specific decrease. device and the S ial• Provisions specify furnishing, . SECTTON I-10.2(1) TRAFFIC CONTROL SUPERVISOR IS maintaining, and payment in a different manner for that WISED AS FOLLOWS device; 2. Furnishing traffic control labor, equipment, and supervisory 1-10.2(1) Traffic Control Supervisor gQ(SA) personnel for all traffic control labor, 3. Furnishing any necessary vehicle(s) to set up and remov e Contractor shall designate an individual or the Class B construction signs and other traffic control individuals to perform the Traffic Control Supervisor's(TCS)duties devices; for the project. The TCS shall be certified inns-a worksitc traffic control 4. Furnishing labor and vehicles for patrolling and maintaining r- &hall not in position all of the construction signs and the traffic . The TCS shall assure that control devices; unless a pay item is in the bid proposal to lc all the duties of the TCS are performed during the duration Specifically pay for this work;and of the contract. S. Furnishing labor, material, and equipment necessary for 7_ wring that corrections arc made if traffic control cleaning up, removing, and replacing of the construction devices are not functioning as required. The TCS may signs and the traffic control devices destroyed or damaged make minor revisions to the traffic control plan to during the life of the project, accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision 6. Removing existing signs as specified or a directed by the is in conformance engineer and delivering to the City Shops or storing and re- with established standards_ installing as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the _ work site. -The traffic control plan shall include descriptions of the traffic control methods and devices to be .Possession of a current flagging card used by the prime contractor, and subcontractors shall be by the TCS is mandatory. submitted at or before the preconstnuction conference and SECTION 1-10.2(2)IS SUPPLEMENTED AS FOLLOWS: shall be subiect to review and approval of the Engineer. g police, fire, 911, and ambulance services to 1-10.2 2 8. Contactor ( ) Traffic Control Plans tL - notify than in advance of any work that will affect and The Contractor shall be responsible for assuring thaw ffc travdcd portion of a roadway. - control is installed and maintained in conformance to established standards The Contractor shall continuously evaluate the 9. Assuring that all traveled portions of roadways are open to operation of the traffic control plan and take prompt action to - traffic during peak traffic periods 6:30 a.m- to 8:30 a_m. correct any problems that become evident during operation- and 3:00 p.m. to 6:00 p.m. or as specified in the special provisions, or as directed by the Engineer. SECTION I-10.3(3)HAS BEEN RE-V7SED AS FOLLOWS: - 10. Promptly removing or covering all nonapplicable signs 1-10.3(3) Cons1ruetion Signs during periods when they are not needed. All signs required by the approved traffic control plan(s) as If no bid item "Traffic Control" a ppcars in the proposal then � well as any other appropriate signs prescribed by the Engirt cr, or , required to conform with established standards will be furnished r. ill work required by these sections will considered incidental and by Contractor- their cost shall be included in the other items of work. �-- Page-SP-18 Revision Date:Mm 19. 1997 ' 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards No separate pay item will be provided in the bid proposal for The item "Traffic Control" will be considered for an itable Class A or Class B construction signs adjustment per Section 1-04.6 only when the total con increases or decreases by more than 25 percent, tray price dc,r -All tote-costs for the work to provide Class A or Class B construction signs shall be included in The Lump Sum unit contract price per-h .shall be full the unit contract price for the various other items of the work in the pay for all costs involved in furnishing the pilot car(s),pilot car bid proposal r driver(s), and the appropriate pilot car sign(s)for any cnr_pilot car operation. Any necessary flagges will be paid under the SECI70N 1-10.30 IS REVISED AS FOLLOWS. item for traffic control-!abet:. 1-10.30 One-Way Piloted Trafrre Control Through The Lump Sum unit contract price pcF-4G,,=shall be ull Construction Zone pay for all costs for the labor provided for performing those construction operations described in Section 1-10,3(1) and as authorized by the Engineer. Pa The Lump Sum wait contract price pzacl arcz-shall be full pay for all costs for performing the work described in Section 1-103(3) and Section 1-10.3(4). This payment will include all labor, equipment, and vehicles necessary for the initial acquisition, the initial installation of rc�eairvl. Class A signs, and ultimate return of all Contracting Agency_ Contractor`Furnished One-Way Piloted Trajic Con&vl_ The furnished Contractor shall furnish the pilot car(s)and drivers)for the pilot car control area. Airy necessary flagges shall be furnished by the Contractor The Lump Sum unit contract price per-dwi-shall be full pay for all costs involved in furnishing the person(s)assigned as the -Traffic Control Supervisor" dwi F.,.,;,, DE BTE SfiCT14N I-I0.4 AND REPLACE WNW.- o All costs for the vehicic(s)required;f I r the Traffic Control Supervisor shall be included "tit the lump 1-10.4 Measurement(RCS (SA) Sum wait contract price for"Traffic Control-Super-usiet~— u . No specific unit of measurement will apply to the lump sum The'limp wlu item of—rraffie Control"- SEC77ON 1-10.5 IS REVISED AND SUPPLEMFIVT'F.D AS FOLLO WS: a—Aalca-thc initial 1-10.5 Payment (RC) rct up, 50 per payment for all labor, mate-iaL and equipment dcscnbcd in Section 1-10 will be made in accordance with Section 1-04.1, for the following bid itanr when slxy-ac-includcd in the proposal: 'Traffic Control,`lump rum. The hump nun contract price shall be full pay for all costs not hall be full covered by other specific pay items in the bid proposal for µ Thc Lump Sum is• un -contract price per3'� .- furnishing, installing; maintaining and removing traffic control pay for all costs involved in furnishing the vehicle or vehicles devices required by the contract and as directed by die Engineer in for the work described in Section 1-103M conformance with accepted standards and in such a manner as to maximize safety, and minimize disruption and inconvenience to the > = public.. Progress payment for the lump sum item 'Traffic Control" 1-11 Renton Surveying Standards will be made as follows: a When the initial warning signs for the beginning of the project and the end of construction signs are installed 1-11.1(1) Responsibility for survey reed under the and approved by the Engineer, 30 Perms of the All surveys and survey reports shall bed__--- amount bid for the item will be paid- direct supervision of a person registered to Practice land strive under the provisions of Chapter 18.43 RCW. b Payment for the remaining 70 percent of the amount All surveys and survey reports shall r m accordance be pr�_— bid for the item will be paid on a Prorated bases to with the requirerpents established by the Board of Regtstrahon for accordance with the total job progress as determined Professional EngIncers and Land Surveyors under tfi Pro vt5-1O-", V. by progress payments. Chapter 18.43 RCP/. Page-SP-19 Revision Date.May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards ' 1-11.1(2) Survey Datum and Precision (RC) In those cases where an electronic data collector is used a hard The horizontal component of all surveys shall have as its co print out in ASCII text format will accompany, the field notes_ , coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in 1-11.1(5) Corners and Monuments (RC) conjunction with a minimum of two of the City of Renton's Survey Corner A point on a land boundary, at the Control Network monuments. The source of the coordinate values more bounds lines. A monument is usuall set at su of two or ' used will be shown on the survey drawing per RCW 58.09.070. physically reference a comer's location on the ground. tats to The horizontal component of all surveys shall meet or exceed Monument Any physical object or structure of r the closure requirements of WAC 332-13x-W. The control base ecord which ' marks or accurately references: lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Mudmu n Standard • A_corner or other survey point established by or under the Derail Requirements for ALTAIACSM Land Title Swveys jointly supervision of an individual per section I-11.1 (1) and established and adopted by ALTA and ACSM in 1992 or corner or monument established by the General Land rx r cc comparable classification in future editions of said document. The and its successor the Bureau of Land Management including angular and linear closure and precision ratio of traverses used for section subdivision corners down to and includin one` survey control shall be revealed on the face of the survey drawing sixteenth corners; and as shall the method of adjustment. The horizontal component of the control system for surveys Any permanently monumented boundary rightly using global positioning system methodology shall exhibit at lc= 1 spent, or horizontal and vertical control points established part in 50,000 precision in line length dependent error analysis at a by any governmental agency or private surveyor including 95 percent corifidaico level and performed parsuant to Federal street intersections but excluding dependent interior lot Geodetic Control Subcommittee Standards for GPS control surveys cotes. as defined in Ge&rwric Geodetic Accuracy Stmufardr do SpecUkations for Using GPS Relative Positioning Tedudgues dated 1-11.1(6) Control or Base Line Survey(RC) August 1 1989 or comparable classification in future editions of Control or Base Line Surveys shall be established for all said document.. construmon projects that will create permanent structures such as The vertical component of all surveys " be based on roads, sidewalks, bridges, utility lines or appurtenances, signal or NAVD 1988 the North American Vertical Datum of 1988, and light poles, or any non-single fanuly building. Cotrtrol or Base tied to at least one of the City of Renton Survey Control Network Line Surveys shall consist of such number of permanent _ benchmarks. If[here are two such benchmarks within 3000 feet of monuments as are required such that every structure may be the project site a tie to both shall be made. The benchmark(s)ased observed for siakutg or 'as-builting' while occupying one such will be shown on the drawing. If a City of Renton benchmark does monument and sighting another such monument. A minimum of trot exist within 3000 feet of a'project one trust be set on or near two of these permanent monuments shall be existing monuments, die project in a permanent manner that will remain intact recognized and on record with the City of Renton. The Control or . throughout the duration of the project. Source of elevations Base Line Survey shall occupy each monument in turn, and shall (benchmark)will be shown on the drawing as well as a description satisfy all applicable requirements of Section 1-11.1 herein. of any bench marks established. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly 1-11.1(3) Subdivision Information (RC) presented and the scale shown graphically as well as noted. The Those surveys dependent on section subdivision shall reveal drawing must be of such quality that a reduction thereof to one4mlf the controlling monuments used and the subdivision of the original scale rzmains legible. applicable quarter section. If recording of the survey with the King County.Recorder is Those surveys depcndcnt on retracerment of a plat or short plat required it will be prepared on 18 inch by 24 inch mylar and will shall reveal the controlling monuments, measurements, and comply with all provisions of Chapter 58.09 RCW. A methodology used in that rctracement. photographic mylar of the drawing will be submitted to the Crty of Renton and upon their review and acceptance per fie 1-11.10 Field Notes (RC) rcquir-meats of the project the original will be recorded with the Field notes shall be kept in conventional format in a standard King County Recorder. bound field book with waterproof pages. In cases where an If recording is not required the survey drawing shall be_ electronic data collector is used field notes must also be kept with a prepared on 22 inch by 34 inch mylar and the OrI9—°r a sketch and a record of control and base line traverses describing photographic mylar thereof will be submitted to the City of Renton. station occupations and what measurements were made at each The survey drawings shall meet or exceed the mcrurre ments ' ins. WAC 332-130-050 and shall conform to doe City of Ruston s s Every point located or set shall be identified by a number and Drafting Standards American Public Works Association byrnboIs a description. Point numbers shall be unique within a complete shall be used whenever possible and a legend shall rdentrtY Al job. The preferred method of point numbering is.ficld notebook, symbols used if each point marked by a symbol is not descnbea at page and point set on that page. Example: The first point set or each use found on page 16 of field book 348 would be identified as Point An electronic listing of all principal points shown on the No. 348.16.01, the second point would be 348.16.02,etc. drawing shall be submitted with each drawing The listin° shouts l Upon completion of a City of Renton project, either the field include the n° with that In point number designation {correspondi �--- notebook(s) provided by the City or the original field notebook(s) the field notes) a brief description of the point and northing_ used by the surveyor will be given to the City. For all other work, casting and elevation (if applicable) values all in ASCII format: surveyors will provide a copy of the notes to the City upon request. on IBM PC compatible media_ 1- Page-SP-20 Revision Dale: Mav 19. 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standard, 1-11.10 Precision Levels(RC) 1-11.1(12) Monument Setting and Referencing ri;C, Vertical Surveys for the establishment of bench marks shall All property or lot corners, as- defined in satisfy all applicable requirements of section 1-05 and 1-11.1. established or reestablished on a plat or other recorded survey shall Vertical surveys for the establishment of bench marks shall be—referenced by a permanent marker_at the corner noun user meet or exceed the standards specifications and procedures of third 11.2(1). In situations where such markers are unpractical or in order elevation accuracy established by the Federal Geodetic danger of being destroyed e.g., the front corners of lots a VAtness Control Committee. marker shall be set. In most casts tins will be the extension of the Bench marks must posses, both permanence and vertical lot line to a tack in lead in the curb._ I1ie relationship between the stability. Descriptions of bench marks must be complete to insure witness monuments and their respective comers shall be shown or both recoverablilty and positive identification on recovery. described on the face of the plat or survey of record e.g.. -Ta- in lead on die extension of the lot side torts have been set in the Radial and Station—Offset Topography curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of section 1-112(1) Topographic surveys shall satisfy all applicable requirements herei1. of section 1-11.1 herein. All non corner monuments, as defined in 1-11 1(5) shall meet All points occupied or back sighted in developing radial the requirements of section 1-11.2(2) herein. if the monument • O9 ..phy or establishing baselines for station—offal topoSra by falls with in a paved portion of a right of way or other area the shall meet the requirements of section 1-11.1 herein. monument shall be set below the ground surface and contained The drawing and electronic listing requirements set forth in within it-lidded case kept separate from die monument and flush sccrion 1-11.1 herein shall be observed for all totwgraphic surveys. with the pavement surface,per section 1-11.2(3). In the case of right of way centerline monuments all points of 1-11.1(9) Radial Topography(RC) - curvature(PC) points of tangency(PT), street intersections center Elevations for the points occupied or back sighted in a radial poiruts of cnl de sacs shall be set If the point of lion, PI U"ggohie survey shall be determined either by 1) spirit Ievc rug for the tangents of a curve fall within the paved portion of the right with misclosim not to exceed 0.1 feel or Federal Geodcrrc Control of way, a monument can be set at the PI instead of the PC and PT Committee third order elevation accuracy speefications, OR 2) of the curve. irigono>svaric keeling with elevation differences ddcrmuned m at For all ton corner monuments set while under contract to the kart two'directions for each point and with mtsdOsu_m of the City of Renton or as part of a City of Renton approved subdivision circuit not to exceed 0.1 feet. of property a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection(PI), *potut of 1-11.1(10) Station—Offset TopograPhy(RQ tangency (PT), point of curvature (PC) one-sixteenth comer, Plat Elevations of the baseline and topographic points shall be monument street intersection etc. complete with a description of determined by spirit leveling and shall satisfy Federal Geodetic the monument, a minimum of two reference points and MAD 83/91 Control Committee q=ificabions as to the turn points and shall not coordinates and NAVD 88 elevation shall be filled out and filed exceed 0.1 foot's error as to side shots. with dic cry. 1-11 1(11) As-Built Survey(R 1-11.2 Materials G� All improvements required to be "as-built' (post construction survey) per City of Reston Codes TITLE 4 Building Regulations 1-11.2(1) Property/I of Corners(RC) and TITLE 9 Public Ways and Property must be located both Corners per 1-11.1(5) shall be marked in a permanent manner horimritally and vertically by a Radial survey or by a Station offset such as 1R inch diameter rebar 24 inches m moth durable metal survey. The'as-built' survey must be based on the same base line plugs or caps tack in lead etc and permanently M=Sc orb or eoatrol survey used for the construction staining survey for the with the surveyor's identification'rimn r The specific nature of improvements being -���,.,;ir- n>r 'as bait' sttrvcY for all the marker used can be deterrnm6d-by the surveyor at the time of subsurface improvements should occur Prior to backfilltng• Close installation. cooperation between the installing contractor and the 'as-builting surveyor is therefore required. 1-11.2(2) Monuments (RC) remcats as set All 'as-built' surveys shall satisfy the requirements of section Monuments per 1 11 1(5) shall inert�e 1 11 I(1) herein and shall be based upon control or base _line forth in City of Renton Standard Plans page H031 and permane� surveys made in conformance with these Specificarrors. marked or tagged with the surveyor's identification number The field notes for 'as-built' shall meet the requirements of secdon 1-11.1(4) herein and submitted with stamped and signed 1-11.2(3) Monttinent Case turd Coyer and City "as-built' drawings which includes a statement certifying the Materials shall meet the requirements of section Y 22 accuracy of the 'as built'. of Renton Standard Plans page H031. The drawing and electronic listing requirements set forth in section 1-11 1(6) herein shall be observed for all 'as-built" surveys. t- Page-SP-21 Revision Dale- May 19, 1997 2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation and Embankrneat Division 2 Earthwork quantities and es will be coin uteri G1ther manually or by means of electronic data rocessin Earthwork use of the avcra a end area method. An i ment b to the work as directed b the Engineer that wouldalter sed these fim shall be calculated by the En tree-and submitted to the C 2-02 Removal of Structures and for his review and verification. ontactor Any excavation or embankment beyond the limits indicated in Obstructions the Plans unless ordered by the Engineer, shall not be .d for. All work and material required to return these on inal conditions as directed b the i areas to their SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS by the Contractor at his sole expense cheer, stall be FOLLOWS: rovided All areas shall be excavated filled and/or backftiled as , 2-02.3(3) Removal of Pavement, Sidewalks, and ° to comply with the rides shown on the Plans. In filled Curbs I� and backfilled areas fine grading shall begin d . the lacement In removing pavement, sidewalks, and curbs, the Contractor and the c° anon of the final layer. In cut sections fine d- �: shall begin within the final six (6) inches of cut. Final di , shall produce a surface which is smooth and even wr[ha- abrupt 11, 1. Haul broken-up pieces into changes m grade. to some off project site. Excavation for cubs and gutters shall be a Cover n% ccomplished by cutting accurately to the cross sections grades and el,-..„ons 162 cc 5 f 5. When an Arta where pavement has been removed is to be shown. Care shall be taken not to excavate below the cd opened to traffic before pavement patching has been completed, fides. The contractor shall maintain all excavations fire from detrimental quantities of leaves brush sucks trash and other temporary mix asphalt. concrete patch shall be required debris until final acceptance of the Work Temporary patching shall be placed to a minimum depth of 2 Following removal of topsoil or excavation to inches immediately after backfilling and compaction are complete - grade and and before the road is _before placemerht of fills or base course the subgrade under the opened to traffic. MC cold mix or MC hot roadway shall be proof-olled to ident f any soft or loose areas m sh _ mix all be used at the discretion of the Engineer winch may warrant additional If pavements, sidcwa! compaction or excavation and pa 1cs. or curbs lie within an excavation replacement. area and are not mentioned as separate pay items, their removal The Contractor shall provide temporary drainage or protection wiiU be paid for as part of the quantity removed in excavation. If to keep the retractor free from standing water r et Acceptable excavated native soils shall be used for fill in the atea;ioned as a separate item is the proposal,they will be measured area requiring fills. Care shall be taken to place excavated material and paid for as provided under Section 2-02.5, and will not be at the optimum moisture content to achieve the specified included in the quantity calculated for excavation. compaction_ Any native material used for fill shall be free of SEC77ON 2-02.5 IS SUPPLEMENTED BY ADDING' organics and debris and have a maximum particle size of 6 inches It shall be the responsibility of the Contractor to prevent the 2-02.5 Payment (R �) native materials from becoming saturated with water. The 2.. 'Saw Cutting", per Uncal Foot measures may include sloping to drain, compacting the native ' 3. 'Remove Sidewalk' p Square Yard materials, and per diverting runoff away from tic materials. If the 4. 'Remove Curb and Gutter' per Uncal Foot Contractor fails to take such preventative measures any costs or 5. 'Cold Mix',per Ton delay related to drying the materials shall be at his own expense. 6. 'Rernove Asphalt Concrete Pavement,"per square yard If tie native materL become saturated, it shall be the 7. 'Remove Cement Concrete pavement,'per square yard responsibility- of the Contractor to dry the materials to the 8. 'Remove existing -per optimum moisture content If sufficient acceptable native soils are All costs related-to-the removal and disposal of strucurres and not available to complete construction of the roadway embankment, obstructions including saw cutting excavation bacldilling and Gravel Borrow shall be used. temporary asphalt shall be considered incidental to and included in If subgrade trimmer is not required on the project, all9ortions other items unless designated as specific bid items in the proposal of Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils as determined by the 2-03 Roadway xcavation and t.: y Engineer, are not available to complete construction of the roadway Embankment embankment Gravel Borrow meeting the requirements of Sewon 9-03.14 of the Standard Specifications shall be used.' SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: ' 2-03.3 Construction Requirements (RC) 2-03.4 Measurement (RC) Roadway excavation shall include the removal of all materials The Contracting Agency will use the following methods to excavated from within the limits shown on the plans Suitable measure work performed unless specific exceptions in other ' excavated material shall be used for embankments while surplus sections provide otherwise: excavated material or unsuitable material shall be disposed of by I_ At the discretion of the engineer, roadway excavation, the Contractor. borrow excavation and unsuitable foundation excavation - by the rPage-SP-22 Aiv...n.. n,.va. A f—. in rnn� 2-04 Haul 2-09 Structure Excavation cubic yard (adjusted for swell) may be measured by truck in the 2-06 Subgrade Preparation hauling vehicle at the point of loading. The contractor shall provide truck tickets for each load removed. Each ticket shall have SECTION 2-06.S IS SUPPIl�MF.,NTED BY the truck number, time and date and be approved by the engineer_ ADDING TIIE FOLLOWING: SECTION 2-03.5 IS REVISED AS FOLLOWS: 1x(}6.5 Payment (RC) 2-03.5 Payment (RC) Subgrade preparation and maintenance including watrrjng Payment will be made for the following bid items when they shall be considered as incidental to the construction and all are included in the proposal: thereof shall be included in the appropriate unit or lump nu.,, 1. "Roadway Excavation" or "Roadway Excavation—Area contract bid prices. A(B, C, etc.)",per cubic yard. When the Engineer orders excavation 2 feet or less below 2-09 Structure Excavation subgrade, unit contract prices for roadway excavation and haul shall apply. If he orders excavation more than 2 feet below SEC77ON 2-09.1 IS SUPPLEMENTED BY ADDING THE subgrade, that part below the 2-foot depth shall be paid for as FOLLOWING: provided in Sactkw-1-04A Item 3 of this payment section. In this _ [ use, all items of work other than roadway excavation shall be paid 2-09.1 Description (RC) at unit contract prices. This work also includes the excavation haul and disposal of -Elie unit contract price per cubic yard shall be full pay for all unsuitable materials such as peat, muck, swampy or unsuitable excavating. loading, placing, or otherwise disposing of the materials including buried logs and stumps. material. 2-09.3 Construction Requirements tThe unit contract price per cubic yard shall SECTION 2-09.3(1)D IS REVISED AS FYJLLOWS: include haul. 3. "Unsuitable Foundation Excavation",per cubic yard. 2-093(1)D Disposal of Excavated Material(RC) The unit contract price per cubic yard for "Unsuitable All costs for disposing of excavated material within the project Foundation Excavation" shall be full pay for excavating, loading, limits shall be included in the unit contract price for structure and disposing of the material' excavation.,.Class A or B. The unit contract price per Provided ;" Section 1 04.6,f4 loading --- wing, The S=40 will cubic yard shall include haul. - 7 If the contract includes structure excavation, Class A or B. w, lab4rr_4QQk, including haul, the unit contract price,shall include all costs for loading and hauling the material the full required distanccZ otherwise all such disposal costs shall be considered incidental to Payment for the work. embankment compaction will not be made as a separate item=All SEC77ON 2-09.4 IS REVISED AND SUPPLEMENTED AS costs for embankment compaction shall be included in other bid FOLLOWS: items involved_ 2-09.4 -Measurement (RC) Gravel bac"IL All gravel ball will be measured by the 2-04 Haul _ cubic yard in place determined by the neat lines required by the Plans or b the ton as measured in conformance with section 1-09.2. [ SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS Gravel backfill used for pipe bedding shal1 be incidental to the FOLLOWS: installation of the pipe or paid for as other gravel bacldll unless a specific separate pay item is included in the contract for gravel 2-04.5 Payment (RC) backfill for pipe bedding. SECT70N 2-09.5 IS REVISED AND SUPPLEAIENTED AS FOLLOWS.- All costs for the hauling of material to from or on the job site shall be considered incidental to and included in the unit price 2-09.5 Payment will Payment be made for the following bid items when they of other units of work. _ are included in the proposal: "Structure Excavation Class A", per cubic yard. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class A Incl. Haul per cubic yard. "Structure Excavation Class B Incl. Haul per cubic yard. Tic unit contract price per cubic yard for the bid items listed as I through 4 above shall be full pay for all labor. materials' I tools, equipment, and pumping or shall be include " or d in the unit bid price of other homy of work if "Structure Ex cavation Page-SP-23 Revision Date:May 19, 1997 2-09 Structure Excavation 2-09 Structure Excav anon 'Structure Excavation Incl Haul' are not listed as pay items in the contract_ I ' 'Shoring or Extra Excavation Class B per square foot_ The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other work required when ' extra excavation is used in lieu of constructing shoring. If select ball material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense, Any excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra excavation beyond the neat line. ' If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required, then shoring or extra excavation shall be considered incidental to the work involved and no further compensation shall be trade. 'Gravel Bac1c ill (Kind) for (Type of Excavation), per Cubic Yard or per Ton'. . When gravel backfill is paid by the ton the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. ' Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to'deny payment for such load tickets. Unless included in the contract as a separate pay item, gravel backfill used for pipe bedding shall be ' considered incidental to the installation of the pipe or shall be induded in the gravel backfill used to backfill the trench, if a separate pay item is included for trench backfill. ii t- Page-SP-24 Revision Date_May 19, 1997 3 No supplemental specifications were necessary 4 No supplemental specifications were necessan Division 3 Production From Quarry and Pit Sites Division 4 and Stockpiling Bases 3 No supplemental specifications were 4 No supplemental specifications were necessary necessary No supplemental specifications were necessary for Division 3. No supplemental specifications were necessary for Division 4. 1- Page-SP-25 Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Conc,ete 1, cmcnt Division 5 (2) Surface Treatments and Pavements wmplaG wWhen a sample from uncom acted mix is nod �e 5-04 Asphalt Concrete Pavement Contractor shall ensure that the samples can -be obtained in accordance with WSDOT Test Method 712. its shall SECTION 5-04-3(8)A IS REVISED AND SUPPLEMENTED AS by;,l;n l� FOLLOWS: B. Definition of Sampling Lot and Sublot. For the Purpose 5-04.3(8)A Acceptance Sampling and Testing (RC) of acceptance sampling and testing, a lot-is defined as 1. General. Acceptance of asphalt cement concrete shall be the total quantity of material or work produced for each -ob mix ` as—provided under-rwistical-or a nonstatistical acceptance. formula (JMF�. Only one lot per IMF is e r,r�sCU to occur.-faF Determination nonstatistical acceptance shall be based on proposal quantities and shall consider the total of all bid items involving mix of a specific class. Dense graded mixes (asphalt concrete pavement Classes A, B. lot. 01 ' E, F. and G) shalIwW be evaluated for quality of gradation on.a oc dailylot basis by the Contractor. This gradation analysis shall be The IMF based on WSDOT Test Method 104 and the results delivered to the u definedd4fiAed da&cagged in Section 9- Contracting Agency by noon of the following working day. This 03-8(�Au of Acceptance). The Contractor may not make information shall be used by the Engineer to evaluate conformance any changes to the IMF without prior written approval of the with Section 9-03.8(6)A2.-and Asphalt content shall be tested at Engineer. the Eangincer's discretion if the Compaction Pay Factor(Section 5- 04.3(10)B)falls below 1.00. _The Contracting Agency may take their own independent th4-ch-nge will be ell-111-ted on the barir of-1 gradation samples at the stockpile to confirm the gradation testing P49119 lot -4! begin The teging for, done by the contractor. If the independent sample gradation varies chall from the Contractor's data by more than ±3% for sieve sizes greater than 1/4" and t2% for sieves smaller than the No. 10 then the costs of the sampling and testing shall be borne by the Contractor. If the [Test results vary from the Contractor's data ora-within the ranges listed abov then Sampling and testing for nonstatistical acceptance shall be the cost of sampling and testing will be borne by the Contracting AI~ performed on a random basis at a minimum frequenry of one Y vill b• and t, Of grUintign Qn1Y Tcc;ting Allill . sample for each sublot of 400 tons or ach day's production, -whichever is least. When proposal quantities exceed 1,200 tons for a class of mix under nonstatistical acceptance, Sublot size shall be apply only (g conwactr, determined to the nearest 100 tore to provide not less than flute uniform sized sublots, based on proposal quantities, with a maximum sublot size of 800 tons- Ong if;t ir Ac6red, C. Test Results. The Engineer will furnish the Contractor sw;&Cical Ac- with a copy of the results as they become available.-o -all 4�"2&r-of Mix QXC4Gd-1T-140-4QP,& Engineer will Aro provide, by-4190Q. Qf- th- 0 ug?A—A-tday� L._ D. Test Methods. When sample testing of asphalt content is necessary, Aacceptance testing for compliance as$ 2. Aggregates. will use the Nuclear Asphalt Gauge Procedure; WSDOT Test _Aggregates will be accepted for sand Method 722-T. When sample testing of gradation is necessary, equivalent and fracture based on their conformance [o the Aacceptance testing for compliance of gradation will use the Qurck requirements of Section 9-03.8(2)_ Determination of Aggregate Gradation, using Alternate Solvent sualuatiew. 3. Asphalt Cement. Asphalt Cement will be accepted f4af Procedure; WSDOT Test Method 723-T. tsstr-based on dwi-conformance to the requirements of Section 9- E. Reject Mixture (1) Rejection by Contractor. The Contractor tray. prior to X43)- Testing of asphalt properties to assure certification shall sampling elect to remove an dl and replace it be the responsibility of the contractor, , any material If the vendor or grade of Any the asphalt cement changes a new job mix formula QMF) shall be with new material at no expense to the Contracting Agency- -valuated and a pproved such new material will be sampled, tested, and evaluated for . 43. Asphalt Concrete Mixture acceptance. A- Sampling (2) Rejection -b� Engineer Without Testingit� O A sample will not be obtained from either the first rst or last The Engineer may, without sampling, reject any batch load, or 15 tons of mix produced in each production shift- section of roadway et$€ 1- Page-SP-26 Revision Date:Mav 19, 1997 ..o 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement material that appears defective in gradation or asphalt csawvA SECTION 5-04.03(10)A IS SUPPLEMENTED By ADDING ' content. Material rejected before placement shall not be THE FOLLOWING: incorporated into a X" pavement_ Any rejected section of 5-04.3(10)A General (RC) compacted_F03dwaypvement shall be removed_ The Contractor shall not use vibration when compacii`a No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the street where A.C. Line (Transite) is m place (refer to City of rejected material be tested. If the C Renton Comprehensive Water System Plan to identify locations of eontractor elects to have the A.C. lilies. rejected material tested, a minimum of three representative samples will be obtained and tested. Representative samples to be removed SECTION S-04.3(10)B IS REVISED AS FOLLOWS. for testing from compacted pavement shall be removed by coring. 5-043(10)B Control (SA) Asphalt concrete pavement Classes A, B. E, and F used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10 foot, shall be compacted to a specified level of relative density. The testing shall occur on a sublot basis using die definition of a sublot described in Section 5-04.3(8) The specified level of relative density shall be 921-.0 percent of the cccptar" of the initially reference maximum density ;meted cra�a;Wd material wi71 rue the acceptance sampling and A4etke I SAS._The reference maximum density sha21 be determined testing mdliods If the material does not fall within the job mix as that developed in the' b mix formula formula tolerances of Section 9-03.8(6)A, the mix will be rejected If the Contractor chooses, a moving cad all costs associated with sampling testing and removal shall be average of the three most recent tats of maximum density may be borne by the Contracor. The rejected material must be removed determined through the use of WSDOT Test Method 705 by the and ilaced with new material at no exjxrtse to the Contracting Agency If the material fails within the pb mix formula Contractor at the Contractor's expense. The specified level of tokrarnces the mix will be accepted for quality of mix but will density attained will be determined by the average statistical remain subject to die compaction adjustment of Section 5-04.3(10) eualuasiov--of three €tvg nuclear density gauge tests taken.in and all costs associated with sampling and testing will be borne by accordance with WSDOT Test Method 715 on die day the mix is the Contracting Agency.y. placed (after completion of the finish rolling) at locations determined by om_&Uni? �° within-each density lot less The �will a copy of the results of all acceptance testing performed in the field as soon as the results are availabl -AA CS _ Pavement compaction below 89 percent of die reference maximum density shall not be accepted. Relative densities failing between 89 pertxnt and 92 percent shall be subject to the price ad=�� ofQ°'- 04.5(1)B. dctasAicd For compaction lots falling below a CPF of 1.Dmay " and thus subject to price reduction or rejection, cones dapqndent lot lot as an alternatives to the nuclear density gauge tests. the Aak"a by die contizarang ciug _Shen the Contracting Ag yregues45 COC-mo t level of relative density within a sublot is less than 'rc. for u - ts ' Icing into tThc costcontracting and testing shall be borne by the Contractor When in�Contracting— a Agency requests cores and the level of relative density sublot is greater than 92.0 percent the cost for coring and tesunK shall be borne by the Contracting Agency. shall l�s 2S{ rccut- At the start of paving, if requested by the Contractor, a compaction test section shall be constructed, as directed by the Engineer, to determine the compactibility of the mix design- t- Page-SP-Z7 Revision Dare:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete pav ement Compactibility shall be evaluated as the ability of the mix to attain SECTION S-04.5(1) QUALITY ASSURANCE g I,RICE a i ven quality level corresponding to a pay factor of 1.00 or ADJUSTMENTS IS DELETED. greater referenced to the specified minimum density (924- percent of the_reference maximum density SECTION S-04.5(1)A IS DELETED AND REPLACED THE FOLLOWING: WITH A4attied-�IIS)_ If a compaction test section is .requested, a ' Compaction pay factor of 1.00 shall apply until compatibility is 5-t14.5(1)A Price Adjustments for proven. Following determination of compactibility, the Contractor (RQ Quality of AC 111Iix is responsible for the control of the compaction effort. If the Nonstatistical Acceptance-Each lot of Contractor does not request a test section, the mix will be P asphalt coucr pavement produced and having all constituents falling wlThin I considered compactible. If the constituents of the the limits of the job mb; formula shall be accepted at the u dt t Asphalt Concrete Classes A, B. E, F. and G constructed central prim under conditions other than listed above shall be compacted on the mi fall outside the limits of the job mix formtula, the mix shall not be accepted basis of a test point evaluation of the compaction train. The test — ed see Section 5134 3(8)Rejection of Mixture) point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved SECTION 5-04.5(1)B IS REVISED AND SUPpLFjAT ED A S compaction train, required to attain the maximum test point FOLLOWS. NT density. shall be used on all subsequent paving. ' Asphalt Concrete Class D and preleveling mix shall be 5-04.5(1)B Price Adjustments for Quality AC compacted to the satisfaction of the Engineer. Compaction 2(R In addition to the randomly selected locations for tests of the For each sublot a Compaction Pa density, the Enginerr.may also isolate from a normal lot any area Factor will be that is suspected ofo- eing defective in relative density. Such determined based on the relative density of the tests. The isolated material will wt include an original sample location. A following table lists the Compaction Pay Factors and their minimum of dare S randomly located density tests will be taken. associated relative dettsity. IM- CIP-AX ..equal •r a sr The isolated area will then be evaluated for price adjustment in accordance with this 'on, considering Multiplied b3 40 Percent- The romp"On it as a separate_subloilet of SECTION 5-04.5 IS REVISED AS FOLLOWS: 5-04.5 Payment (RC) Relative Density Compaction Pay Factor - (average of three tests) `Mise and/or Driveway Asphalt Conc. A.ppfoa" C1. _', 292.0 1.00 per ton._This item,-when included in the contract, includes asphalt 91.5 0.99 paying for areas such as driveways and traffic islands that are not 91.0 0.95 part of other paving work. 90.5 0.91 "lob Mix Corn 'cul3t;on 90.0 0.85 kb Mix 89.5 0.80 i Paid for ti,roc�,t ;� cP,-*;�„ s 04 t(i)n 89.0 - 0.75 r- - f 1 Page-SP-28 Revision Dale:May 19, 1997 U6-112 Rockeries 6-12 Rockeries Division 6 and have a stable appearance. The rocks shall be carefully placed by mechanical equipment and in a manner such that the longitudinal Structures axis if the rock shall be at right angles or perpendicular to the rockery face. The rocks shall have all mcltning facts slopin to the back of the rockery. Each row of rocks will be seated as SECTION 6-12 IS A NEW SECTION tightly and evenly as possible on the rock below m such a manner that there will be no movement between the two. After setti o a 6-12 Rockeries course of rock all voids between the tucks shall be chinked on the back with quarry rock w eliminate !try void sufficient to pass a 2 inch square probe. 6-12.1 Description (RCS 6-12.3.1 Rockery Backf'ill(RQ Tile work described in this section regardless typ of the e of The wall backf�ll shall consist of 1-1/2 inch minus crhislied materials encountered includes the excavation and shaping sl the rock or gravel conforming to section 9-03.9(3). This material will cut or fill slopes and furnishing and constructing rocicerieby the be plate to an 8 inch minimum thickness between the entire wall rctain'ing wall where shown on the plans or where directed by the and the art or fill matrsral. The bacldill material w be placed in engineer. lifts to an elevation approximately 6 inches below the course of 6-12.2 Materials (RC) rocks placed. The backfill will be placed after each r-ourse of rocks Any backfill material on the bearing surface of the ruck !!� Rock walls shall be formed of larger pieces of quarried basalt, course will be removed before setting the next course. andesite or other igneous rock Individual pieces of rock shall be sots and resistant to weathering Whcn broken into pieces 6-12.3.2 Drain Pipe (RC) weighing 50 to 150 grams and tested for soundness with sodium A 4 inch diar d perforated jive Pipe shall be placed as a sulphate in accordance with aashto 004 the loss through a on— footing drain behind the rockeries as shown in the standaid plans, inch sieve after 6 cycles shall not exceed 35% by weight. and connected to the storm drainage system where shown. The rock material shall be as nearly rectangular as possible so as to afford die minimum amount of void space between the blocks- 6-12.3.3 Refection Of Material(RC) h die wall. No cone ( be toad witch dots not extend dhroug The inspector will have the authority to reject any defective Ilhe rock material shall be hard sound durable and free from material and to suspend any work that is being improperly done, Weadwred portions scams cracks and other defects. subject to the final decision of the engineer. All rejected material w 'Tile rock density shall be a minimum of 160 pounds per cubic will be removed from the construction site and any rejected work foot. The source of supply and representative samples of the shall be repaired or replaced at no additional cost to the Owner. material shall be approved by the enginecr before delivery to the 6-12.4 Measurement (RCS site- lie rock walls shall be constnicted of ore man rocks (85 to Measurement of the finished rock wall for payment will be 300 pounds) each 10' in its least dimension; two-[nun rocks OW made from die footing grade to the top of the wall and rounded to to 600 pounds) each 13- in its kart dimension; tree man rocks the nearest square Yard. (800 to 1,200 pounds each 16' in its least dimension, four man rocks(1,500 to 2,2.00 pounds) each 18' in its least dimension. The 6-12.5 Payment (RC) rocks shall range uniformly m size for each classification specifics. Payment will be made under the item 'rock retainuig wall The four-man rocks shall only be used for the first course of per square yard. !w rock in walls over 6 feet in height. The unit price per square yard shall be full compensation for 6-12,3 Construction Requirements (R� the rockery/rock retaining wall in Place and shall include all wo ,. materials and equipment rcqu 4 to complete the irisiattaao� The rock unloading at the site will be done in such a manner including drainage pipe and all other items. as to segregate the rock by the size ranges indicated in the preceding paragraph. The walls shall be started by excavating a trench not less than arc 6 inches or more than one foot in depth below subgrade in excavation sections or not less than 6 inches or more than one foot in depth below the existing round level in embankment sections. Areas on which the rockery is to be placed shall be trimmed and dressed to conform to the elevation or slope indicated. The rock wall construction shall start as soon as possible upon the completion of the cut or fill section._ Rock selection and placement shall be such.that there will be no open voids in the exposed face of the wall over 6 inches across in any direction The rocks shall be placed and kcycd together with a minimum of voids Particular attention shall be given to the placing and keying together of the final course of all rockeries. The final course shall have a continuous appearance and be placed to minimize erosion of the back-fill material. 'hue larger rocks shall be placed at the base of the rockery so that the wall will be stable Page-SP-29 Revision Dale_May 19, 1997 7-01 Drains 7-04 Storrs Sewers Division 7 Corrugated Polyethylene Culvert Pipe Where steel or aluminum are referred to i❑ 9-05.19 this Section in Drainage Structures, Storm Sewers, regard to a kind of culvert pipe, pipe arch, or end sections, it shall Sanitary Sewers, Water Mains, and be understood that steel is zinc coated with As halt Tr (galvanized) or aluminum coated (aluminized) corrugated Bait-o nt I as S iron or COIIdIntS steel, and aluminum is corrugated aluminum alloy as speci{� in Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete steel or aluminumn are 7-01 Drains referred to in Section 7-02 it shall be understood that reference is also made to PVC. 4 SECTION 7-01.2 IS REVISED AS FOLLOWS: 7-01.2 Materials 7-03 Structural Plate Pipe, Pipe Arch, Arch, and Underpass Drain pipes may be concrete,zinc coated (galvanized)Asphalt Treatment I or alumitrurn coated (aluminized) corrugated iron or SECTION 7-03.2 IS REVISED AS FOLLOWS: steel_ with Asphalt Treatment I. corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the 7-03.2 Materials (RC) option of the Contractor unless the Plans specify the type to be Materials shall meet the requirements of the following sections: 602 SECTION 7-013 IS-REVISED AS FOLLOWS: Concrete Class 3000 Corrugated Steel Asphalt Treatment I 7-01.3 Constr dflon Requirements Corrugated Aluminum 9-05.6(8) I PVC drain pipe shall be jointed with a bell and spigot joint Reinforcing Steel 907 using a flexible clastomcric seal as described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drain pipe shall be SECTION 7-03.5 IS REVISED AS FOLLOWS: jointed with snap-on, screw-on, or wraparound coupling bands as _ f recommended by the manufacturer of the tubing. 7-03.5 Payment I(2 ). �. PVC underdrain pipe shall be jointed using either the flexible Payment will dastomeric seal as described in Section 9-04.8 or solvent cement as be made in accordance with Section 1-04.1, for each of the following bid items that air-included in the proposal: described in Section 9-04.9, at the option of the Contractor unless c-St Str. Plate Pipe Gage In. Dias.", per linear otlxrwise specified in the Plans. The bell shall be laid upstream. foot with Asphalt Treatment I. PE or ABS drainage tubing underdrain pipe shall be jointed with un "St-Str. Plate Pipe Arch Gage• Ft In.Span", snap-on, screw-on, or wraparound coupling bands, as rcoomrertdcd by the manufacturer of the tubing. per linear foot with Asphalt Treatment I.'St. Str. Plate Arch Gage Ft.. In. Span', per SEC770N 7-01.4 IS SUPPLEMENTED ADDING THE linear foot with Asphalt Treatment L FOLLOWING: "Structure Excavation Class B", per cubic yard. 7-01.4 Measurement Stnucb=Excavation Class B Incl.Haul",per cubic yard. - If no bid item for Structure Excavation Class A or Structure. When the contract does not irrclude "structure excavation Excavation Class B, including haul is included in the schedule of Class B"or"Structure excavation Class B including haul" as a pay prices then the work will be considered incidental and its cost item all costs associated with these items shall be included in other should be included in the cost of the pipe. Shoring or Extra Excavation Class B". If It is not in the contrail then it shall be Contract pay items. - incidental. 7-02 Culverts 7-04 Storm Sewers SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS FOLLOWS.• SECTION 7-44.2 IS REVISED AS FOLLOWS 7-02.2 Materials R 7-04.2 Materials C I Materials shall meet the requirements of the following Where steel or aluminum are referred to in this Section in sections: regard to a kind of storm sewer pipe, it shall be understood that Plain Concrete Culvert Pipe 9-053(1) steel is zinc coated (galvanized), Asphalt Treatment I Coated " Reinforced Concrete Culvert Pipe 9-05.3(2) , corrugated iron or steel and Beveled Concrete End Sections 9-05.3(3) aluminum is corrugated aluminum alloy as specified in Sections Steel Culvert Pipe and Pipe Arch, Asphalt Treatment I 9-05.4 9-05.4 and 9-05.5. Steel Ncstable Pipe and Pipe Arch, Asphalt Treatment I 9-05.4(8) Steel End Sections, Asphalt Treatment 1 9-05.4(9) Aluminum Culvert Pipe 9-05.5 Aluminum End Sections 9-05.5(6) Solid Wall PVC Culvert Pipe 9-05.12(1) Profile Wall PVC Culvert Pipe 9-05.12(2) Page-SP-30 7-05 Manholes, Inlets,and Catch Basins 7-05 Manholes, Inlets, and Catch Basins 7-04.3 Construction Requirements 7-0S Manholes, Inlets, and Catch Baste SECTION 7-04.3(1)B IS SUPPLEMENTED BY ADDING THE SECTION 7-05.3 IS SUPPLEMENTED BY ADDING TI1E FOLLOWING: FOLLOWING: 7-04.3(1)B Pipe Bedding I�ZQ 7-05.3 Construction Requirements (RC) Pi beddin for PVC sewer i shall CO°S- It shall be All manholes shall have eccentric cones and shall have granular pea ravel consistent with section 9-03.12(3)• ladders. laced toad th of 6' over and 6 under the exterior walls of the place SECTION 7-05.3(1) IS REVISED AND SUPPLEIILENTED AS FOLLOWS: 7-04.3(2) Laying Storm Sewer Pipe SECTION 7-04 3(Z)A IS REVISED AS FOLLOWS: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade C 7-04.3(2)A Survey Une and Grade C The existing cast iron ring and cover on manholes and the Survey line and grade will be provided by the Engineer or catch basin frame and grate shall first be removed and thoroughly contractor in a manner consistent with accepted practices and these cleared for reinstalling at the new elevation. From that point. the specifications._ existing structure shall be raised or lowered to the required elevation. SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE to the Guctlon, 'n', the fiairhad FOLLOWING: 7-04.3(2)G Storm Sewer Line Connections C unpaved streets Manholes, catch basins and similar connexions not at a manhole or catch basin shall be done utilizing Pic manufactured tee coniedors or pipe sections structures in areas to be surfaced with aushed rock or gravel shall -,roved by the Engineer Any other method or materials be constructed to a point approximately eight inches below die for use in maknig connections shall be subject to approval subgrade and covered with a temporary wood cover_ Existing manholes shall b.- -far off and covered m a similar manner. The by die Engineer. contractor shall carefully reference each manhole so that they may die SECTION 7-04.4 IS REVISED AS FOLLOWS: be easily found upon completion of the street work. After placing the gravel or crusted stone surfacing the manholes and manhole 7-04.4 Measuremcnt 9 castings shall be constructed to the finished grade of the roadway The kngth of storm sewer pipe will be the number of linear surface Excavation necessary for bringing manholes to grade feet of completed installation measured along the invert and will shall center about the manhole and be held to the minimum.area include the length through elbows, ices. and fittings. The number necessary. At the completion of the manhole adL= ent, the void- Of linear feet will be measured from the center of manhole to around die manhole shall be backfilled with ateiiaLs which ccsnit on the typical road way section, and be center of manhole or from the cents of catch basin to center of in the section required � catch basins and similar type structures. dior In oufi c compacted. cement concrete anent: Manholes catch basin and. SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS similar srrlictures shall be ceastruict� and ad'usted in the same FOLLOWS. manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been Placed and 7-04.5 Payment C e care snail DC checked. In lac' the concrete vanent exirem The unit contract price per linear foot for storm sewer Pipe of taken not to alter the position of the=mina m�y the kind and size specified shall be full pay for all work to . In asphalt concrete pavement: Manholes shall not be ad"ptst�d cnt of inverts to the center of each complete flit installation including adlustm u until file pavement is co tercel at which tune manholes. When no bid item 'gravel bacld-ill for Prix�'M manhole shall be carefully relocated from refcr�s w` w included in the Schedule of Prices pipe bedding as shown m the established the contractor. The venient shat Hued to i1CTII1n�.Val Of Standard plaits shall be considered incidental to the pia and no restricted area and base material be rem o ode additional payment shall be made. the cover The manhole shall that be bro for die Ole utilizing the same methods of construction as a blocks itself. The cast iron frame shall be laced on the CO�� Testing of storm sewer pipe if required by the Engineer,shall halt cen Crete pavement be considered incidental to and included in the unit contract Pncrs and wedged up to the desired grade The a c for other items. shall be cut and removed to a neat circle the diameter o " shall be equal to the outside diameter of the test iron frame plus two feet_ "Ilse base materials and crushed rock stiatt °C `G�.,...t and Class 3000 or Commercial Portland :anent Concret°shall be laced so that the entire volume of the excavation is laced u to within but not to exceed 2 inches of the finished avement surface. Crete the a of the On the day following placement of the co. in �, tn asphalt concretegiavement and the outer eel a of the cast g be painted with hot asphalt cement Asphalt Class G concreic s1' 't rs and a Pa"' then be placed and compacted with hand tafli paved Surf roller. The complete patch shall match the cxlsting p ved Su« .t for texture densi a uniforms of lade- The oint Page-SP-31 Revision Date:May 19, 1997 7 48 General Pipe Installation Requirements 7 48 General Pipe Installation P Requirern patch and the existing pavement shall then be carefully painted with SECTION 7-05.4 IS REVISED AS FOLLOWS. hot asphalt cement or asphalt emulsion and shall be immediately 7-0S.4 Measurement R covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and Manholes will be measured per each. Measurement of plastered. manhole heights for payment purposes will be the di ' finished rim elevation to the invert of the lowest outlet stance fCOm Adjustment of inlets: The final alignment and grade of cast i iron frames for new and old inlets to be adjusted to grade will be Adjustments of new structures and miscellaneous established from the forms or adjacent pavement surfaces. The as valve boxes shall be considered incidental to the items such rice of the new item and no furthur com nsa[ion shall be contract final adjustment of the top of the inlet will be performed in similar made. manner to the above for manholes. On asphalt concrete paving Adjustment of existing structures and miscelaneous items such projects using curb and gutter section, that portion of the cast iron as valve boxes shall be measured b 'Ad use Exiane : each which shall be full a for all labor and materials including r frame not embedded in the gutter section shall be solidly embedded all in concrete also. The concrete shall extend a minimum of six concrete for the completed adjustment in accordance with Section inches beyond the edge of the casting and shall be left 2 inches 7-05.3(1) and the City of Renton Standard Details below the top of the frame so that the wearing course of asphalt Connection to existing i and structures shall be measured concrete pavement will butt the cast iron frame. The existing per eac!• concrete pavement and edge of the casting shall be painted with hot SECTION 7-0S.5 IS REVISED AND=SUPPLEMENTED AS , asphalt cement. Adjustments in the inlet structure shall be FOLLOWS: constructed in the same mariner and of the same material as that ' required for new inlcfs. The inside of the inlets shall be mortared 7-05.5 Payment_Z and plastered. 'A_di=Maahela Existing per each Monuments and case iron frame and cover: Monuments and The unit contract nee monument castings shall be adjusted to grade in the same manner Per each for "Adjust as for manholes. EJ isnng _P " shall be full Pay Valve box castings:Adjustments of valve box castings shall be for all costs necessary to make the adjustment including restoration [Wade in the same manner as for manholes. of adjecent areas in a manner acceptable to the Engineer. `Structure Excavation Class B',per cubic yard. SECHON 7-05.3 2)IS REVISED AS FOLLOWS: "Structure Excavation Class B W.Haul",per cubic yard Structure excavation for concrete inlets and area inlets is 7-0$.3(2) Abandon Existing Manholes (RC) considered incidental to the cost of the inlets and shall be included Where it is required that an existing-manhole be abandoned, in the unit contract price for the concrete inlet and the area inlet. If the structure shall be-broken down to a depth of at least 4 feet no bid item for Structure Excavation Class A or Structure below the revised surface elevation, all connections plugged, the Excavation Class B is included in the schedule of prices then the manhole base shall be fractured to prevent standing water, and the work will be considered incidental and its cost should be included manhole filled with sand and compacted to 90 percent density as in the cost of the pipe. specified in Section 2-03.3(14)G. Debris resulting from breaking 'Connect to Existing Catch Basin,"per each. the upper part of the manhole may be mixed with the sand subject "Connect Structure to existing pipe," per each. to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. 7-08 General Pipe Installation Requirements SECI7ON 7-05.3(3) IS SUPPLE1l EA= EY ADDING THE SECTION 7-08.3(1)C SUPPLEMENTED AS FOLLOWS: FOLLOWING. = 7-08.3(1)C Pipe Zone Bedding_RQ (SA) 7-05.3(3) Connections to Existing Manholes(R Q Hand compaction of the bedding materials under the pipe Wbere shown on the plans,new drain pipes shall be connected haunches will be required. Hand compaction shall be accomplished to existing line, catch basin, curb inlets and/or manholes. The by using a suitable tamping tool to firmly tamp bedding material Contactor shall be required to core drill into the structure shape under the haunches of the pipe. Care shall be taken to avoid the new ON to fit and regrout the opening in a workmanlike displacement of the pipe during the compaction effort. trtartrier. `Where directed by the.engineer or where shown on the Pipe bedding shall be considered incidental to the pipe and no �. plans,additional structure channeling will be required. further compensation shall be made. A 'Connection to existing' item will be allowed at any SECTION 7-08.3(2)13 IS SUPPLEMENTED AS FOLLOWS: Connection of a new line to an existing structure or the connection of a new structure to a existing line. No 'connection to existing" 7-08.3(2)E Rubber Gasketed JointsTCC wt71 be accepted at the location of new installation relocation and In laying pipe with rubber gaskets, the pipe shall be handled adjustment of line manholes catch basins or curb inlets carefully to avoid knocking the gasket out of position or Any damage to existing pipe or structure that is to remain in contaminating it with foreign material. Any gasket so disturbed place resulting from the Contractor's operations shall be repaired sha11 be removed, cleaned, relubricated if required, and replaced or replaced at his own expense. before joining the sections. The unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints are forced labor, materials and equipment required home. Sufficient pressure shall be applied in making the joint to ensure that the joint is home, as defined in the standard installation �` instructions provided by the pipe manufacturer_ The Contractor may use any method acceptable to the Engineer for pulling the pipe together, except that driving or ramming by hand or machinery will not be permitted. Any pipe damaged during joining and joint f- Page-SP-32 Revision Date May 19. 1997 748 General Pipe Installation Requirements 7-08 General Pipe Installation Requlranents tightening shall be removed and replaced at no expense to the Pipe shall be kept clean during and after laying. All openin s in Contracting Agency. the pipe line shall be closed with water 9�ght expandable type .,,. Care shall be taken by the CONTRACTOR to avoid over plugs at the end of each days operation or whenever the pine pushing the pipe and damaging the pipe or joint system. Any openings are left unattended. The use of burls wood or other damaged pipe shall be replaced by the Contractor at his expense_ similar temporary plugs will not be permitted. Care shall be taken to properly align the pipe before joints are Where necessary to raise or Iowa the pipe due to unf i enrtirely forced home. During insertion of the tongue or spigot, the obstructions or other causes, the ENGINEER may change the pipe shall be partially supported by hand, sling or crane to alignment and/or the grades. Except for short runs which_ may be minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGINEER, pipes shall be lard uphill on grades concentricity until the gasket is properly positioned. Since most excccdmg 10 percent_ Pipe which is laid on a downhill grade shah gaskdcd joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficient support is furniztuYl h deflected and straightened, such movement shall be held to a the following pipe to prevent movement. Unless otherwise required, all pipe shall be la; minimum once the joint is home. d straight between the changes in aligiiment and at ur*form wrade between SECTION 7-08.3(2)I IS AN ADDED NEW SECTION: changes m grade. For concrete pi txs with dltpacal reinforarncv 7-08,3(2)J Placing PVC Pipe RRQ the pipe shall be placed with the minor axis of the reinfor ern m In the trench prepared as specified in Section 7-02.3(1) PVC a vertical positron- pipe shall be laid beginning at the lower end with the bell end Immediately after the pipe joints has been made proper gasket upgrade. Pea gravel will be used as the bedding material and placement d=11 be checked with a feeler gage as approved by the extend from 6" below the bottom of the pipe to 6" above the top of pipe manufacturer to verify proper gasket placement. the pipe When it is necessary to conned to a"structure with a SECTION 7-08.3(2)G IS SUPPLEMENTED By ADDING THS mudded joint a rubber gasketed concrete ubpta-collar will be used FOLLOWING: at the point of connection. 7-08.3(2)G Sewer Line Connections (RC) 7-p8.3(2)A Survey Line and Grade Unless otherwise approved by the Engineer,all connections of Survey line and grade control shall be provided in accordance lateral sewers to existing mains shall be made through a cast iron with Sections 1-05.4, 1-05.5 and 1-11 saddle secured to the sewer main with stainless steel bands. When Uagiuoe;in a manner consistent with accepted prat i=- the existing train is constructed of vitrified clay, plain or The Contractor shall transfer line and grade into the trench reinforced concrde cast or ductile iron pipe, the existing main . where they shall be carried by means of a laser beam using 50 foot shall be core drilled. minimum intervals for grade staking Any oilier procedure shall Connections (unless booted connections have been provided have the wriuen approval of the Engineer. for) to existing concrete manholes shall be core-drilled,and shall or taut grade Una &UPPO"Od have an "O" ring rubber gasket meeting ASIM C-478 in a manhole coupling equal to the Johns-Manville Asbestos-Cement collar, or use a conical type flexible seal equal to kor,-Neal. PVC pipe connection shall consist of tee nipple and couplers as immediately IAQFF41A.the Egg approved by the Engineer. SECTION 7-08.4 IS RET'ISED AND SUPPLEMENTED !� FOLLOWS_ SECTION 7-08.3(2)B IS SUPPLEMENTED By ADDING THE I;VLLOWING. 7-08.4 Measurement (SA) 7-08.3CZ)B Pipe Laying (RC) Gravel.baddill for foundations. or gravel bwjcfi l for pipe drug zone when used for foundations, shall be Measured by die tr . Checking of the invert elevation of the pipe may be made by or by die TON. calculations from measurements on the top of the pipe. or by cubic yard, to for plugging haul,as specified in 209. Concrete.for plugging existing Pipes will be measured by the looking for ponding of 12" or less which indicates a satisfactory cubic and for the voltune which would be required to completely condition. At manholes when the downstream pipes) is of a Y on for larger size pipe(s) shall be laid by matching the(eight-tcnths) flow fill the pipe for a distance of two diameters- Computati elevation,unless otherwise approved by the Engineer._ corrugated metal pipes will be based on the nominal diameter- All pipe fittings etc sha11 be carefully handled and protected Excavation of the trench will be Cl measured .�� against damage impact shocks and free fall All pipe handling excavation Class B or structure excavation Class B including When ovation equipment shall be acceptable to the ENGWEE R- Prue shall not by the cubic yard as specified in Sect ion 2 09. �n limits be placed directly on rough_ground but shall be supported in a below grade is necessary, excavation will be measured manner which will protect the pipe against injury whenever stored ordered by the Engineer. placement under the at the trench site or elsewhere. No pipe shall be installed where Embankment constriction before culvert e lining or coating show defects that may be Harmful as applicable provisions of Section 7-08.30)A will be measured to th determinied by the ENGINEER Such damaged timing or coating accordance with Section 2-03, shall be repaired or.a new undamaged pipe shall be furnished and Shoring or extra excavation class B will be measured as installed specified in Section 2-09.4. The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe Any defective damaged or unsound pipe shall be repaired or replaced All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. 1, Page-SP-33 Revision Date: May 19, 1997 7-10 Trench Exc._, Bedding,and Backfill for Water Mains 7-11 Pipe Instaflntion for Water r1a [Ins - SECTION 7-08.5 IS REVISED AND SUPPLEMENTED AS 7-11 Pipe Installation for Water Mains FOLLOWS: 7-08.5 Payment I (SA) 7-11.3 Construction Details (RC) Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: 7-11.3(4) Laying of Pipe on Curves 'Gravel Backfill for Foundations, per cubic yard,or Ton. SECTION 7-11.3(41 HAS BEEN REVISED AS FOLLOWS.. -Gravel Backfill for Pipe Zone Bedding", per cubic yard'.or Ton. 7-11.3(4)A Ductile Iron Pipe(RC "Commercial Concrete".per cubic yard. Long radius (500feet or more) curves, either horizontal or 'Structure Excavation Class B", per cubic yard. vertical, play be laid with standard pipe by deflecting the joints. If 'Structure Excavation Class B Incl. Haul",per cubic yard. the pipe is shown curved in the Plans and no special figs are Unless specifically identified and provided as separate items, shown, the Contractor can assume that the curves can be made by structure excavation, dewatering and bat�lling shall be incidental deflectin the oints with standard 1 g J engths of pipe. If shorter ` to pipe installation and no further compensation shall be trade. lengths are required, the Plans will indicate maximum lengths that 'Shoring or Extra Excavation Class B",per square foot. can be used. The amount of deflection at each pipe Joint when pipe If this pay item is not in the contract, then it shall be is laid on a horizontal or vertical curve shall not exceed one half of incidental. the manufacturer's printed recommended deflections. SECTION 7-11.3(4)B IS SUPPLEMENTED AS FOLLOWS: 7-10 Trench Exc., Bedding, and Backfill for Water Mains 7-11.3(4)B Polyvinyl Chloride(PVC) Pipe(4 inches and Over) R SECTION 7-10.4 IS REVISED AS FOLLOWS: Polyvinyl Chloride (PVC) Pipe shall not be used for water mains e and appurtenancs_ 7-10.4 MeasurementRC� mains THE TITLE AND TEXT OF SECTION 7-11.3(6) HAS BEEN Measurement of bank nm gravel for trench backfill will be by REVISED AS FOLLOWS: the cubic yard measured by the calculation.of neat lines based on maximum trench width per Section 2-4 .4 or by the ton, in 7-11.3(6) Laying Ductile Iron Pipe and F7ttirr�s with L secordance with Section 1-09. Polyethylene Encasement - 4The Contractor shall lay ductile 7-10S IS REVISED AND SUPPLEMENTED AS FOLLOWS. iron pipe with a polyethylene encasement_ Pipe and,polyethylene 7-10.5 Payment(RC) encasement shall be installed in accordance with AWWA C105. 4. The polyethylene encasement shall alsq be installed on all 3- 'Removal per, appurtenances, such as pipe laterals, couplings, fittings, .and VAL;3 and. valves, with 8 mil. polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105. Replacement of XInguit-ble M-terial' rhall be full pq5, for -11 work The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance MAterial -6 Gpecified ;A Section Payment for 'removal with ANSIIAWWA C105/A21.5-93. and replacement of unsuitable material' will be considered Installation of the polyethylene encasement shall be considered - incidental to or calculated under other bid items and no further incidental to the installation of the pipe and no additional payment compensation will be made. shall be allowed. 4. 'Bank Run-Gravel for Trench Backfill per cubic yard [. � or.ton. 7-11.3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND The unit contract.price per cubic yard or ton for "Bank Run_ REPLACED BY THE FOILOWIIVG Gravel for Trench Backfill" shall be full pay for all work to 7-11.3(7) Laying Steel Pipe g furnish, place; and compact the material in the trench. Also Steel pipe shall not be used. L- included in the unit contract price is the disposal of excess and AS unusable material excavated from the trench. SECTION 7-11.3(9)A IS REVISED AND SUPPLEMENTED 6. 'Foundation Material', per ton or cubic yard. FOLLOWS. Payment at the unit contract price for 'foundation material" .shall be full compensation for excavating and disposing of the 7-11.3(9)A Connections to Existing Mains (RC) on unsuitable material and replacing with the appropriate foundation The Contractor may be required to perform the connection material per Section and replacing during times other than normal working hours. The Contractor shall not operate any valves on the existing system wwww i rMirgion of the 13"ginear. Water system personnel will operate all valves on the existing system for the contractor when tequrred.- No work shall be performed on the connections R-aless a representative of the water department is present to i_ Try a �? work. When not stated otherwise in the special provisions or on the plans all connections to existing water trains will be done by Ct I forces as provided below: City Installed connectipns: Page-SP-34 Revision Daft:Mav 19. 1997 --- 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains Connections to existing piping and tie-ins are indicated on the registering 1 gallon per revolution. The meter shall be approved by drawings The contractor must verify all existing piping, the Engineer. dimensions and elevations to assure proper fit. Acceptability of the test will be determined as follows: Connections to the existing water main shall not made Acceptability of the test will be determined by two factors as without first making the necessary arrangements with the Engineer follows: in advance. 1. The quantity of water lost from the main shall not exceed A two-week advance notice shall be required for_each the number of gallons per hour as listed to the following connection which requires a cutting of the existing water mains or a table. shut down of the existing water mains The CRY reserves the right 2. The loss in pressure shall not exceed 5 psi during the 2 hour to re schedule the connection if the work area is not ready at the test period. scheduled time for the connection. All water used to perform hydrostatic pressure shall be Work shall not be started until all the materials equipment charged a usage fee. and labor necessary to properly complete the work are assembled on site. Allowable leakage per 1000 ft. of pipeline'-in GPH The Contractor shall provide all saw-cutting removal and disposal of existing surface improvements excavation. haul and Nominal Pipe Diameter in inches disposal of unsuitable materials shoring, de-watermg• foundation PSI 6' 8' 10' 12' 16' 20• 24• ma[ehial at the connection areas before the sdieduled time for the 450 0645 1.27 159 t91 2.55 3.18 3_82 connection by the City. The Contractor shall Provide all materials 400 0_90 1_20 ISO 1_80 2_40 3_00 3.60 nary to install all connections as uidicatcd on the const iwtion 350 0_84 1_12 1.40 1.69 2-25 2.81 3.37 plans, including but not limited to the regwred fittings caip(mgs 270 0.75 1-00 1-24 19 1.49 1_99 2.49 2_99 c shackle materials to complete the connections. The 250 0.71 0.95 L_k9 1.42 1_90 237 285 pipe spool_ 225 0668 0.90 1.13 1.35 1_80 225 2.70 Contractor shall provide and install concrete bloclang, Pod= 200 0.64 0.85 1.06 1.28 1.70 2.12 255 the in at the conriectiors baddill and surface restoration at the *If the pipeline under test contains sections of various locations shown on the plans for the connections to the existing diameters die allowable leakage will be the sum of the computed water ' leakage for each size. For those diameters or pressures riot listed, The City will cut existing main and assemble all materials_ the formula below shall be used: SECTION 7-11.3(11)IS SUPPLEMENTED AND REVISED AS The quantity of water lost from the main shall not exceed the FOLLOWS. number of gallons per hour as deterinhied by the formula L= P 7-11.3(11) Hydrostatic Pressure Test(RC) 7400 A hydrant meter and a back now prevention device will be in which used when drawing water from the City system These may be I' - Allowable leakage,gallons/hour obtained from the City by completing the required forms and N = No_of joints in,die length of pipeline fated making required security deposits There will be a charge for the D = Nominal diaineur of then pipe in inches water used. Before applying the specified test pressure air shall the leakage test,psi be expelled completely from the pipe valves and hydrants. If P = Average test pressure during g perrivanent air vents arc not located at all high points the contractor shall install corporation cocks at such points so that the air can be expelled as the lime is filled with water. After all the air has been SECTION 7-11.3(12)A SHALL BE REVISED AND expelled the corporation cocks shall be dosed and the test SUPPLEMENTED AS FOLLOWS. pressure applied. At' the conclusion of the pressure test, the corporation cocks shall be removed and plugged. 7-11.3(12)A Flushing and "Poly pigs"_ be tluslnedpoly- The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first that _ under pressure for a minimum of 24 Hours to allow the escape of pigged to remove any solids or_contaminated material air and allow the lining of the pipe to absorb water. The State will have become lodged in the pipe.If furnish the water to fill the pipelines for testing purposes oc he naiur-the main cannot be 'I "i�°��' m�a tap sfi�1 be P('� of at least 2.5 fps in at a time of day when sufficient quantities of water are available for provided large enough to develop a velocity normal system operation_ the es Aqua- main_ The test shall be accomplished by pumping the main up to the The Poly pig shall be equal to Girard Industri required pressure, stepping the pump for a minimum of two hours, Swab-AS 2lb/cu-ft dcnsi foam with 90A durometer urethane g rubber coatis on the rear of the 'Poly i ' out The *P°I i and turn pumping the main tip to the test pressure again. During uared end. the test, the Section being tested shall be observed to detect any shall be cylinder shaped with bullet nose or sq visible leakage. A clean container shall be used for holding water for pumping up pressure on flu main being tested. This makeup water shall be sterilized by the addition of chlorine to a Dechlormation of all water used for disinfection shall be concentration of 50 mg11_ rd detail. Water accomplished in accordance with the C- 's stands The quantity of water required to restore the pressure shall be containing chlorine residual in excess of that carried n the existing accurately determined by either 1)pumping from an open container water system shall not be disposed into the storm drainage s sy dent of suitable size such that accurate volume measurements can be or any water way. _made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit pumping through a positive displacement water meter with a sweep unit hand Page-SP-35 Revision Dale_May 19, 1997 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mans SECTION 7-11.3(12)D HAS BEEN DELETED AND Joint restrainer system components: REPLACED WITH: Ticbolt.. ASTM A242 gpe 2 zinc lated or hor di 7-11.3(12)D Dry Calcium Hypochlorite (RC) galvanize-d- SST 7:5/8' for 2' and 3' mechanics] oints 314• for Dry calcium hypochlorite shall not be placed in the pipe as 4' to 12' mechanical 'oints ASTM A325 t 3D exec asile siren of full-body threaded section shall be increased to 40 000 , laid. lbs. minimum for 5/8" and 60 000 lbs. minimum for 314• by SECTION 7-II.3(12)K IIAS BEEN REVISED AS FOLLOWS. treating (quenching and tempering) to manufa heat reheat and hardness ificagons. SST 753. 3/4 for 14 to 24 rncecal 7-11.3(12)K Retention Period (RC) joints. same ASTM specification as SST 7. SST 77. 3/4• sane as Treated water shall be retained in the pipe at least 24 hours SST 7 except I" eye for 7/8" rod. same ASTM ification.as but no long than 48 hours. After this period, the chlorine residual SST 7. at pipe extremities and at other representative points shall be at Tienut: heavy hex nut for each tiebolt: SS8: " least 25 mg/I. 5/8- least 3/4' , ASTM A563 grade C3 or zinc plated. S8: 5/8' and 3/4" ATM SECTION 7-11.3(12)N HAS BEEN REVISED AS FOLLOWS: A563, grade A, zinc plated or hot-dip galvanized i 7-11.3(12)N F4nal Flushing and Testing (RCS Tling: used to extend continuous dirraded rods and provided with a center stop to aid installation zinc fated Before placing the line,into service,a satisfactory report shall dip galvanized_ SS10. for 5/8 and 3/4 treivds ASTM a 53 be received from the local or State health department or an e grade C3. S10. for 5/8 and 3/4 tierods ASTM A563 grade. ' approved testing lab-oa samples collected from representative -I-��: continuous threaded rod for cutting to desired I points in the new =�ystcm. Samples will be collected and engths bacteriological tests obtained by the Engineer. zinc plated or hot-dip galvanized. SS12: 5/8' and 3/4" diameter SECTION 7-I1.3(13� HAS BEEN SUPPIEMF.IVTED BY2� type 2; ANSI B1.1. S12: 5/8' and 3/4' diameter ASTM A36,A307. ADDING THE FOLLOWING: Tiewasher round flat washers, zinc plated or hot-dio 7-113(13) Concrete Thrust Blocldng and Dead-Man galvanized. SS17:ASTM A242 F436. S17:ANSI B18 22 1 Block(RC) Installation: Install the joint restraint system in accordance with the Provide concrete blocking at all hydrants, fittings and manufactures instructions so all joints are mechanically locked horizontal or vertical angle points. Conform to The City of Renton together to prevent joint separation_ Tiebolts shall be instilled to standard details for general blocking,and vertical blocks herein. M fittings to be blocked shall be pull against the mechanical joint body and not the MJ follower wrapped with formed polyethylene Torque nuts at 75-90 foot pounds for 3/4'nuts. Install tiecouplings plastic. Concrete blocking shall be properly formed with plywood with both rods threaded equal distance into tiecouplings. Arrange or ocher acceptable forming materials and shall not be poured around joints. The forms shall be stripped prior to backfi[ling. ticrods symmetrically around the pipe. L_ 'Joint restraint(shackle rods), where required shall be installed in accordance with section 7-11.3(15). Provide concrete dead-man blocks at locations shown on the Pipe Diameter Number of 3/4" plans. The dead-man block shall include reinforcing steels shackle Tic Rods Required rods,installation and removal of formwork. 4"....................... ........... Blocking shall be commercial concrete (hand mixed concrete is not allowed)and poured in place. 6'...........................................2 8' .3 SECTION 7-11-3(15)IS A NEWADD17TONAL SECTION: 10"...........................................4 12"........................................................6 7-11.3(15) Joint Restraint Systems (RC) 14'...........................................8 E - General: - 16............................................8 Where shown on thEplans or in the specifications or required by 18'...........................................8 the engineer, joint restraint system (shackle rods)shall be used. all 20'...........................................10 joint restraint materials used shall be those manufactured by star 24'...........................................14 national products, 1323 holly avenue PO box 258 Columbus Ohio 30............................................(16-7/8'rods) 43216, unless an equal alternate is approved in writing by the 36"............... . {24-7/8'rods) engineer. Materials: Steel types used shall be: Huh strength low-alloy steel(cor-ten) ASTM A242 heat- treated, superstar "SST' series. Where a manufactures mechanical joint valve or fitting is ;. H_ igh strength low-alloy steel(cor-ten) ASTM A242 superstar supplied with slots for "T' bolts instead of holes a flanged valve "SS'series. with a flange by mechanical joint adapter shall be used instead SO as to provide adequate space for locating the tiebolts. Items to be galvanized are to meet the following requirements: Where a continuous run of pipe is required to be restrained, ASTM A153 for galvanizing iron and steel hardware. no tun of restrained pipe shall be greater than 60 feet in lcngttl ASTM A123 for galvanizing rolled pressed and forged steel between fittings Insert long body solid sleeves as requir'd on S-�� longer runs to kccp ticrod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint i and tiebolts shall be instaliq as rod guides at each joint. Page-SP-36 Revisinn only- Mav 19 1997 �.� 7-12 Valves for Water Mains 7-12 Valves for Water Mains Where poly wrapping is required all tiebolts tienuts, 7-12 valves for Water Mains tiecotuplings tierods and tiewashers shall be galvanized. All disturbed sections will be painted to the inspectors satisfaction, SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS. with koppers bitomastic no 300-m or approved equal- Where poly wrapping is not required all tiebolts, tienuts, SECTION 7-12.3(1) HAS BEEN REVISED AS FOLLOWS: tiecouplings, tierods and fiewashers may be galvanized as specified h or plain and painted_in the entirety with 7-12.3(1) Installation of Valve Marker poste in the preceding paragrap Where required, a valve marker post shall be fui-nislicd and koppers bitumastic no 800-m or approved equal. installed with each valve. Valve marker posts shall lx placed the m u nuts, tiecouplgs tierods and ewashers shall be edge of the right-of--way opposite the valve and be considered incidental to installation of the pipe and no additional 18 inches of the post exposed above grade. set with payment shall be made. SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS: 7-11.4 Measurement (RC) Measurement for payment of concrete thrust blocking and dcad-man blocks will be per cubic-yard when these items are SECTION 7-12.3(2)IS A NEW SECTION: included as separate pay items If not included as separate pay items in the contract, then thrust blocking and dead-than blocks 7-12.3(2) Adjust Existing Valve Box to Grade tC rdWl be considered incidental to the installation of rice water main Valve boxes shall be adjusted to grade in the same manner as and no further compensation shall be made. for manholes as detailed in Section 7-05.3(1) of the Renton Measurement for payment for connexions to existing water Standards. Valve box adjustments shall include, but not be limited mains will be per each for each connection to existing water to the locations shown on the Plans. main(s) as shown on the plats. Existing roadway valve boxes shall be adjusted to conform to SECTION 7--11.5 HAS BEEN REVISED AS FOLLOWS: final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. 7-115 Payment (RC) In the event that the existing valve box is plugged or blocked with debris the Contractor shall use whatever nheans necessary to Pipe for Water Main and Fittings In. Diam.". per remove such debris leaving the valve installation in a fully fineal foot. operable condition. The unit contract price per linear foot for each size and kind The valve box shall be set to an elevation tolerance of one- of'_Pipe for Water Main _Ire Diam." shall be full pay for fourth inch(114')to one-half inch(1/2")below finished grade_ all work to complete the installation of the water main including but not limited to trench excavating, bedding, laying and jointing SECTION 7-I2.4 IS SUPPI F MF1V7' 7) BY ADDING THE- instailation FOLLOWING: pipe and fittings, backfill'ing, concrete thrust blocking. - of polyethylene wrap cleaning by poly-pigs vertical crosses for 7-12.4 Measurement ➢nation and removal of poly-pigs temporary thrust blocks and blow-off assemblies testing flushing dsmfectmg the pipdme, Adjustment of existing valve boxes to grade shall ra measured shackle m rods abandoning and capping existing water ars, r each if included as a separate pay item m the Contract: if not rctnoving miscellaneous Pipes, removing and salvaging existing separate pay item but required to complete the work, lien value hyd_�M assemblies and other appurtenances to be abandoned as box adjustment shall be considered incidental. shown on the plates,and cleanup. H auxiliary to valve will be included in the 'CorxTete Thrust Blocking and Dead-Man Blocks" per cubic measurement for hydrant assembly and will not be included in this yard- measurement item. _:The unit contract price bid for 'C xncrcu Thrust Blocking and SECTION 7-125 IS DEI ET'ED AND REPLACED WITH TSB Dead-Man Block' Shall be for the complete cost of labor, FOLLOWING: materials equipment for the installation of the concrete thrust -Gate Valve from 4 inch to 10 inch in diameter and Valve blocks and dead- man blocks including but not limited to Boz," per each_ excavation dewatering haul and disposal of unsuitable materials, The teat contrail price per each for the valve of the specified concrete reinforcing steel shackle rods and formwork. If tdius size shall be full for all labor i rent and.material to item is not incudM in the contract schedule of prime, then thrust furnish and install the valve complete in lace on the water main: blocking and dead-mail blocks shall be considered incidental to the including trenching jointing blv�ti'.ing of valve installation of the pipe acid no further compensation shall be nude. disinfecting, hydrostatic testing, cast-iron valve box ana extensions "Connection to Existing Water Mains" per each• fugal grade• as rcquircd valve mitt extensions, to nsions adjustrncnt The unit contract price per each connection to existing water '12 inch Gate Valve and Concrete Vault mains shall be for complete compensation for all equipment, labor, Tlhe unit contract price per each for the 12 Bate valve materials required for the connections to the existing water mains. assembly, shall be full pay for all labor, eg ipment slid rnatc `� furnish and install the valve complete in Place on the vvattr including trenching jointing blocking of valve by p�ss asscm°iY' cast-iron casting and cover, ladder rung concrete nse s required adjustment to final grade. Vault " er p 16 inch and larger Butterfly Valve and Concrete each. t Page-SP-37 Revision Date-May 19, 1997 7-14 Hydrants 7-14 Hydrants ' The unit contract price per each for the 16' and larger cast iron valve box and cover, 3/4' shackle rods and a butterfly valve assembly, shall be full pay for all labor, equipment concrete blocks and two concrete rd sts onl if cSOrycs and material to furnish and install the valve complete in place on outside right-of-way). h drams are the water main, including trenching jointing blocking of valve Joint restraint Shackle Rods shall be installed in accordance painting, disinfecting, hydrostatic testing concrete vault cast-iron with Section 7-11.3(15): casting and cover, ladder, concrete risers as required adjustment to final grade. SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING T.HP "Blow-off assembly,"per each. FOLLOVr7NG: The unit contract price per each for each blow-off assembly '7_14.3(3) Resetting Existing H shall be for all, labor, equipment and material to complete the Hydrants Q installation of the assembly per the City of Renton Water Standard This work shall conform to Section 7-14.3 1 ._ ( ) All hydrants Detail, latest revision. shall be rebuilt to the approval of the City(or r la — h dram . All tubber gaskets shall be replaced wig wt-�W 'Air-RdeaselAir-Vacuum Valve Assembly,' per each. askets of The unit contract price per for air-release/air-vacuum valve the type required for a new installation of the same r e assembly shall be for all, labor, equipment and material to SECTION 7-14.3(4) IS SUPPLEMENTED BY ADD,,NG THE complete the installation of the assembly including but not limited FOLLOWING: to, excavating tapping Ql 2 main laying and jointing the pipe and fittings and appurtenances, balling testing flushing and 7-14.3(4) Moving Existing gydrants-JRQ _ disinfection, meter box and cover, at location shown on the plans All hydrants shall be rebuilt to the approval of the City fa and per City of Renton Standard Detail latest revision replaced with_a new hydrant). All rubber gaskets shall f,,,E�plac,d 'Adjust Existing valve Box to Grade(RC),' per each with new gaskets of the type regutrcd for a new Installation of the The contract bid price for -Adjust EsMng Valve Box to same type. 4 Grade' above shall'be full compensation for all labor, material tools and equipment necessary to satisfactorily complete the work SECTION 7-14.5 IS REVISED AS FOLLOWS: as defined in the Contract Doca rents- including Al incidental 7-14.5 Payment I(Q work. If not included.is a separate pay item in the Contract, btrt required to complete outer work in the Contract then adjustment of Payment will be [Wade in accordance with Section 1-04-1.-for valve boxes shall be considered incidental to other items of work each of the following bid items that are included in the proposal: a»d no father-compensation shall be made. `Hydrant Assembly".per each. The unit contract price per each for "Hydrant Assembly"shall be full pay for all work to furnish and install fire hydrant assemblies, including all costs for auxiliary-gate valve, shacides, place an the wucr main tie rods, concrete blocks, gravel. and painting and guard posts required for the complete installation of the hydrant assembly as Mu rkas-$ess' specified. The pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made, 7-14 Hydrants 7-143 Construction Details "Resetting Existing Hydrants",per each. I �Z The unit contract price per each for "Resetting Existing l Hydrant- shall be full pay for all work to reset the existing 1111 SECTION 7-I4.3(I) IS REVISED AND SUPPJFr1fFNTED AS hydrant, including rebuilding (or replacement with a new hydrant), FOLLOWS: shackling, blockin g. painting, and guard posts and reconnecting to 7-14.3(1) Setting Hydrants R the main. The new pipe connecting the hydrant to the main shall be _considered incidental and no additional payment shall be trade. After all installation and testing is complete, the exposed portion of the hydrant shall be painted with ouatwo field coats. The . Guard posts shown on the plans shall type and color of paint will be designated by the Engineer. be incidental to the contract. Any hydrant not in service shall be identified by covering with "Moving Existing Hydrants",per each. a burlap or plastic bag approved by the Engineer. The unit contract price per each for "Moving Existing Hydrants shall be installed in accordance with AWWA Hydrant" shall be full pay for all work to move the existing specifications C600-93, Sections 3.7 and 3.8.1 and the City of hydrant, including new tee, rebuilding (or replacement with It new Renton standard details. Hydrant and guard posts shall be painted hydrant), shackling, blocking, painting, and guard posts and to accordance with the water standard detail Upon completion of recoturecting to the main. The new pipe connecting the hydrant to the protect, all fire hydrants shall be painted to The City of Renton the main shall be considered incidental and no additional payment specifications and guard posts painted with two coats of shall be made t preservative paint NO. 43-655 safety yellow or approved equal Guard posts shown on the plans shall Fire hydrants shall be of such length as to be suitable for be incidental to the contract. installation with connections to 6' 8" AND 10' pining in trenches 3 - 12 feet deep unless otherwise specified 'Ilse hydrant shall be i= designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted on the plan Fire hydrant assembly shall include: cast-iron or ductile iron tee(MJ x FL) 6' gate valve(FL,x MJ) 6' DI spool (PE x PEA 5- kA 114' MVO fire hydrant (W connection) 4' x 5' Stortz adapter, Page-SP-38 Revision Dale:Mav 19. 1997 9 7-15 Service Connections 7-17 Sanitary Sevvers 7-15 Service Connections SECTION 7-17.3(2)11 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(2)H Television Inspection SECTION 7-15-3 IS SUPPLEMENTED AS FOLLOWS-7 Inspec -(RQ Once the television inspection has been c_,,molct d the 7-1S.3 Construction Details (RC) contractor shall submit To the Enter the written reports of the inspection plus the video tapes. Satd_vtdm tapes are to iv • ,in Nor-materials used to extend or replace existing water service and compatible with the City's view `•"��` lines shall be copper. viewing and recording systems The City system accepts 1i2 wide high density VHS TWhere instalation is in existing paved streets the service lines apes The taps shall be installed by a trencliless percussion and impact method will be- run at standard speed SP t 5/16 LP.0.1. ►ogg if the rrenchless percussion and impact method SECTION 7-17.4 IS REVISED AND SUPPLEMENTED AS fails regular open trench methods may be used. FOLLOWS: SECTION 7-15.5 IS SUPPLEMENTED AS FOLLOWS: 7-17.4 Measurement ZC The length of sewer pipe will be the number of linear feet of 7-15.5 PaytrtentSRC) completed installation measured along the invert and will include Payment will be made in accordance with Section 1-04.1, for the length through elbows, tees and fittings. The number of tinear the following bid item when it is included in the proposal: feet will be measured from the center of manhole to center of -Service Connection_In. Diann.".per each. manhole or to the inside face of catch basins and similar type. The unit contract price per each for `Service Connection_ structures. Iii Dram." shall be full pay for all work to instill the service The length of testing sewer pipe in conformance with connection, including but not limited to, excavating or (h Section will be the number of linear feet of completed � ing,tapping the main,lay and jointing the pipe and fittings installation actually tested. f` and appurtenances, balling, testing. flushing, and disinfection Measurement of 'Bank Run Gravel for Trench Baclkfrli of the service connection. Sewer" will be determined by the cubic.yard in place,measured by the treat line dimensions shown in the Plans or by the Ton on truck 7-17 Sanitary Sewers tickets. SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS SECTION 7-17-2 HAS BEEN REVISED AS FOLLOWS: FOLLOWS: 7-17.5 Payment RC 7-17,2 Materials (M(SA) Payment will be made in accordance with Section 1-04.1, for Pipe used for sanitary sewers may be: each of the following bid items that are included in the proposal: Rigid Flexible "Plain Conc. or-N-C Sewer Pipe _ In. Diam.% per linear Concrete ,ABA&" foot. 3AU46d U)L PVC(Polyvinyl Chloride) -Cl..—Reinf. Conc. Sewer Pipe— In. Diann.". per linear Ductile Iron foot. Materials shall meet the requirements of the following "PVC Sanitary Sewer Pipe fin• Diam•-• per linear n _ OIIZ `Ductile Iron Sewer Pipe In. Dia .".pe foot_ f Plain Concrete Storm Sewer Pipe 9-05.7(1) 'ABS —In Rdnfotccd Concrete Storm$ewer Pipe 9-05.7(L) The unit contract price per linear foot for sewer pipe of the r furnishing. hauling, and 3C Clay wen Pipe �� kind and size specified shall be full pay fo PVC Sanitary Sewer Pipe 905.12(1) assembling in place the completed installation including all wycs. Ductile Iron Scorer Pipe 9-05.13 tees, special fittui€s. joint materials. bedding material. and '05 14 adjustment of inverts to rnarilroles for the completion of the ADS CompQriW Sewer-Pipe installation to the required lines and grades. All pipe shall be clearly malted with type, class, and `Testing Sewer Pipe",per linear foot Sewer es thickns. Lettering shall be legible and.permanent under normal The unit contract price per linear foot for `Testing conditions of handling and storage. Pipe" shall be full pay for all labor. material and equipment g g in Section 7-173(2). required to conduct the leakage tests reguiTd SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE If no unit price for "Testing Sewer Piipe" Isis i�luded it shall be FOLLOWING: considered incidental to the pipe items. 7-17.3(1) Protection of Existing Sewerage Facilities 'Removal and Replacemenrt of Unsuitable Material"• Per cubic yard• Rem oval and f The unit contract price per cubic yard or ` all work When extending an existing sewer, the downstream system Replacement of Unsuitable Material" shall be full pay for shall be protected from construction debris by placing a screen or to remove unsuitable material and replace and compact suitable trap in the first existing manhole dowrstream of the connection. It material as specified in Section 7-08.3(1)A. shall be the contractor's responsibility to maintain this screen or "Bank Run Gravel for Trench Backfill Sewer", per cubic trap until the new system is placed in service and then to remove it. yard, or Ton. Any construction debris which enter the existing downstream The unit contract price per cubic yard o, r Ton for "Bank Run system shall be removed by the contractor at his expense, and to Gravel for Trench Backfill Sewer"shall be full pay for all work to the satisfaction of the Engineer When the first manhole is set, it's furnish, place, and compact material in the trench_ outlet shall be plugged until acceptance by the Engineer_ 'Television Inspection" per Lump Sum• Page-SP-39 Revision Date:May 19, 1997 8-09 Raised Pavement Markers 8-14 Cement Co i ncrete Sid Walks Division 8 FOLLOWING ADDING S IS SUPPLEMENTED BY ADDING THE Miscellaneous Construction 8-13.5 Payment 'Reset Existing Monument"per each 8-09 Raised Pavement Markers Resettiny, an existing monument impacted b construction shall be incidental unless included as a pay item In the Schedule of SECTION 8-09.5 HA.S BEEN REVISED AS FOLLOWS. Prices_ 8-09.5 Payment (RQ (SA) 8-14 Cement Concrete Sidewalks Payment will be made for each of the following bid items [fiat are included in the proposal: . SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING THE 'Raised Pavement Marker Type 1 per eachhundfed. FOLLOWING: 'Raised Pavement Marker Type 2", per eachhuadrsd. 'Raised Pavement Marker Type 3- a-. pe! 8-14.3(4) Curing (RC) ed "J_ The Contractor shall have readil available Sufficient 'Recessed Pavement Marker",per cachhundmd. protective covering, such as waterproof paper or plastic mP.,,t, The unit contract price per eachhundfod for`Raised Pavement to cover the pour of an entire day m the event of rain ne n ;I Mark=Type 1 'Raised Pavement Marker Type 2", and 'Raised unsuitable weather. Pavemeru Marker Type 3- In." and- -Recessed Pavement The Contractor shall be responsible for barricading Marker"shall be full pay for all labor, materials, and equipment prolling• or otherwise protecting newly placed -concrete necessary for furnishing and installing the markers in accordance Damaged, vandalized, or unsightly concrete shall be removed and with these Specifications including all cost involved with traffic replaced at the expense of the Contractor. control un less traffic SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE control is listed in the FOLLOWING:' c_ontract as a separate pay item. 8-14.4 Measurement(RQ 8=10 Guide Posts when the contract contaim a pay item for "Curb Ramp Cement Concrete," the per each measurement shall include all costs for the complete installation per the plans and standard details 8-13 Monument Cases including expansion joint material curb and gutter and ramped sidewalk section. Sawcutting removal and disposal of excavated t SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS materials including existing pavement and 'sic-walk, crushed FOLLOWS. surfacing base materials and all other work, materials and 8-13.1 Description (RC) cquipmeht required per Section 8-14 shall be included in the per each price for "Curb Ramp Cement Concrete'unless any of these This work shall consist of furnishing and placing monument other items are listed and specified to be paid as separate tray cases and covers, in accordance with the Standard Plans and these items. Speifications, in conformity with the lines and locations shown in If die contract does not provide a pay item for "Curb Ramp, the Plans or as staked by the Engineer or by the Contractor Cement Concrete,' but the plans call for such installation, then supplied surveyor. quantities shall be measured with and paid for under the bid items for Curb and Gutter and for Cement Concrete Sidewalk_ When SECTION 8-13.3 IS REVISED AND SUPPLEMENTED AS curb ramps are to be constructed of asphalt concrete, the payment FOLLOWS: shall be included in the pay item for 'Miscellaneous and/or _8-13.3 Construction Requirements Driveway Asphalt Concrete." SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE The monument will be furnished and set by the Engineer orb FOLLOWING: ` the Contractor supplied surveyor. When existing monuments will be impacted by a project the 8-14.5 Payment(RC) Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction "Curb Ramp. Cement Concrete "per each. 4 After construction is complete the monuments shall be re- payment for excavation of material not related to the established by the surveyor in accordance with RCW58 09 130 construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be made in SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE accordance with the provisions of Section 2-03. Otherwise, the FOLLOWING: Contractor shall nuke all excavations including haul and disposal. 8-13.4 Measurement regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the All costs for surveying and resetting existing monuments. unit contract price per square yard for "Cement Conc. Sidewalk impacted by conttuction shall be considered incidental to the and the per each contract price for Curb Ramp Cement Concr ete-" contract unless specifically called out to be paid as a bid item : t r- Page-SP-40 RevL-ion Date:May 19, IW7 8-17 Impact Attenuator Systems 8-20 Illumination,Traffic Signal Systems,and Eiectri�l City reserves the right to make additions or deletions to the tre 8-17 Impact Attenuator Systems which prove necessary for the completion of the protea nci The minimum width for the trench will be at the option of the THE STATE AMENDMENT 7Y) SECTION 8-17 IS contractor. Trench width will however, be of sufficient size so SUPPLEMENTED BY THE FOLLOWING- that all of the necessary conduit can be installed within the dentF 8-17.5 Payment LRD specified while maintaining the minimum cover. Trench backfill material in roadway and sidewalk areas sal If no pay item is included for temporareY impact attenuators be compacted to 95% of the materials maximum dense then all costs to provide and install shall be considered a part of the Section 2-033(14)D_ pay item for 'Traffic Control.' SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS_ 8-20 Illumination, Traffic Signal Systems, 8-20.3(4 Foundations RC and Electrical 8-20.2 Materials Where obstructions prevent construction of planned foundat ions, the Contrashall Contractor s construe an effective foundation SECTION 8-20.2(1) HAS BEEN SUPPLEMENTED WITS THE satisfactory to the Engineer. FOLLOWING: The combi"Od hvigU of the light 8-20.2(1) Equipment East and Drawings (RG7 � ux � T Contractor shall submit for approval six sets of shop The contractor shall provide all material for and construct the drawings for each of the following.types of standards called for on foundations for and to the dimensions specified in table 1 below. this project: The anchor bolts shall match that of the device to be installed 1. Light standards with or without pre-approved plans. thereon. 2_ Signal standards with or without pre-approved plans. All excess materials an to be rernoved from the foundation 3 Combination Signal and lighti ng standards- construction site and disposed of at the contractor's expense_ 4. Metal Strain Poles. Concrete shall be plated against undisturbed earth if possible. r=ctar will nQ&-be r- Disturbed earth or ball material shall be compacted to-95 percent of the material's maximum density. Before placing die concrete the contractor shall block out around any other Pla The Contractor also shall submit either on the signal standard underground utilities that lie in the excavated base so that the shop drawings or attached to the signal standard shop drawings all concrete will not adhere to the utility fine. Concrete foundations dimensions to clearly show the spca lc mast arm mounting height shall be troweled brushed edged and finished iu a worlmmhship- and signal terror locations for each signal pole to be mstalicd_ hke manner. Concrete shall be pmmPdY cleaned from the ercposcd SECTION d-203(2) HAS BEEN SUPPLEMEM'ED BY portion of the anchor bolts and conduit after ply ADDING THE FOLLOWING. Foundation shall all be Class 3000 concrete After the specified curing period the contractor may install the applicable device 8-20.3(2) Excavating and BackfiIlk9L.E 9 thereon_ The contractor shall supply trench within the unit widths and Table 1 to the specified depths at the locations indicated on the contract plans or as directed by the engineer. Type of device Dimensions The lrornractor shall have approved compaction SE!Ernett on site before beginning a>ry excavation; compaction shall be Street Light Pole 4'D x 3' Sq or Din. pSr ed at dk.time of the initial baclMing of the trench unless Signal Pole up to 40' mast arm 7'Deep x 3 Sq or Din. f directed otherwise by the engineer. Signal Controller See Detail Sheet Trenching um for conduit runs shall be done_in a neat manner Street Li t Control Cabinet See Detail Sheet rn with the trench bottom graded to provide a uniform grade- No Special Base See Detail Shcei wort shall be covered until it has been examined by the engineer. backfill material used for fill around and over this conduit system All concrete foundations shall be constructed in the manner shall be free of rocks greater than two inches in diameter to a depth specified below: of six inches above the conduit 1. Where sidewalk or raised islands air to be constructed as a Trench within the roadway area shall use select trend[backfill �,t of this mroiccL the top of the foundation shall be made _which shall consist of 5/8th inch minus crushed surfacing top See _,t flush with die top of the sidewalk or Island course or other material as indicated in die'special provisions or sheer schedule of prices and directed for use by the engineer. The source 2 Where no sidewalks are to be installed the jde for the toP and quality of the material shall be subject to approval by the of the foundation shall be as spccifrcd b_ y_the eng!ru engineer. Trench baclefill within the sidewalk area shall be made detail sheet with acceptable materials from the excavation subiect to the All concrete foundations shall be located as PeC staff— t O°t--rag 0n Engineer's approval of the material and shall be considered a the plans or as located by the engineer in the field. necessary part and incidental to the excavation in accordance with the standard specifications. Unsuitable material shall be removed and bac1cfill shall be select material approved by rte Engineer. The Page-SP-41 Revision Date: Maq 19, 1997 8-20 Illumination,Traffic Signal Systems, and Electrical 8-20 Illumination,Traffic Signal Systems,And Electrical SECTION 8-20"3(5) IS REVISED AND SUPPLEMENTED AS Pull Wires Shall be installed" FOLLOWS: All conduit shall be fi id non-metallic unless noted odnerwise in the Plans or Special Provisions. 8-20.30 Conduit (RC) All conduit openings shall be fitted with ap roved bellends or Bustnin s. Wall thickness of conduit shall be consistent within lecatiQU&_ continuous conduit runs with no --in of different schedule between terminations. The contractor shall provide and install all conduit and necessary fittings at the locations noted on the tans. Conduit size box. shall be as indicated on the wiring and conduit schedule shown on plain. All pole 6 Q�hapAtirs required by ow"ing Conduit to be provided and installed shall be of th. . utilities. indicated below: V` 1. Schedule 40 heavy wall p"v.c. Conforming to ACrM standards shall be used whenever the conduct is to be placed other than within the roadway area. 2. Schedule 80 extra heavy wall p.v.c. Conforming to AS'IM standards shall be used when the conduct is to be Pinced within the roadway area. - All joints shall be made with strict compliance to manufacturer's recommendations regarding cement used and environmental conditions. SECTION B-20.3(6)IS SUPPLEMENTED BY ADDING THE FOLLOWWG_ 8-20.30 Junction Boxes The contractor shall provide and install junction boxes of the type and size at the locations specified in the plans and as per detail " sheets. The inscription on the covers of all junction boxes shall be as indicated below: 1. Street lighting only: "Lighting' 2. Signal only-, !Signals" for- 6iipfvaizi6dW Mier 3. Traffic signal and street lighting: 'TS-LT" 4. Telemetry only: 'Telemetry' cooduk&ubjact to the Inscriptions on junction boxes performing the same function, Le. street lighting, traffic signal, or both, shall be consistent throughout the project. All junction boxes shall be installed in conformance with provisions contained in the standard plans and detail sheets- Aluminum conduit r,!lqfl not be The unit contract price per each for "Type P or -1�y e H' junction box shall be full compensation for figmiching same and for all costs of labor, material tools and equipment necessary to provide and install the junction boxes including excavation, backfclling and compaction all in accordance with Plans If allowed in the-:]Mans or if obstructions are encountered in specifications and detail sheets. jacking or drilling operations, the Contractor will be allowed to All junction boxes shall have galvanized steel lids and frames- install conduits by open trenching. Open trench construction shall All junction boxes and associated concrete pads- (;hall be conform to the following: installed on compacted sub grade which shall include six indtcs of 1. The pavemeru shall be sawcut a minimum of 3 inches 5/8th-inch minus crushed surfacing top course material mstalied deep. The cuts shall be parallel to each other and extend 2-€"g-one under and around the base of the tunciioa boX Cone shall be (! foot beyond the edge of the trench. — promptly cleaned from the junction box frame and nc lid. 2. Pavement shall be removed in an approved manner. The unit contract price per jution box shall include 3. Trench depth shall provide 24 inches minimum cover installation of 5/8th-inch minus crushed surfacir^ top course and 4" thick Class "B" ment concrete pad enclosing the 'junction box ce over conduits below the roadbed, and 18 inches below finished as per the plans specifications and detail sheets Installation of the grade in all other areas., it dis cncshed surfacing and the concrete pad shall be incidental to the cn¢taF unit price per junction box and no further compensation will be 5. Trenches located within paved roadway areas shall be made unless the contract includes separate pay items for estorcd r the Renton Standard Detail. surfacing'and/or for "concrete pad." con, ate 2110 CQn4;FQW (;hqlI bQ F13CQIJ 191-1 99. 'Ad t Page-SP-42 Revision Date:May 19. 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical SECTION 8-20.3(9) IS REVISED AND SUPPLEMENTED AS Upon request of the Contractor, the Engineer will make the FOLLOWS: necessary arrangements with the serving utility to complete the service connections. Electrical energy used prior to completion of 8-20.3(9) Bonding, Grounding (RCS the contract will be charged to the Contractor, except that the cost of energy used for public benefit, when such operation is ordered by the Engineer,will be borne by the Stara-9k. Three types of power service are used as indicated blow 10 1 Type I system shall be single phase 120 volt, 2 wire, 60 cycle A-C.(traffic signal service only) _ 2. Type II system shall be single phase 240 volt,2 wire 60 cycle A.C. (street lighting non contactor, individual controlled photo-cell with no neutral wire) 3. Type III system shall be single phase 1201240 volt, 3 wire 60 cycle A.C. (street lighting contactor c signal grounded neutral service) The power service point shall be as noted on the plans and shall be verified by the electrical servicing utility. eaadusii. The service cabinet shall be- marked with the service Identification of the equipment grounding conductor shall agreement letters and numbers. The markings shall be installed on conform to all Code requirements. the outside cabinet door near the top of the cabinet. The markings Grounding of conduit and neutral at the service point shall be shall be reties C using stencils and black enamel alkyd gloss paint accomplished as required under the Code. Grounding of the neutral conforming to Federal Specification TT-F.-489. T shall be accomplished only at the service. SECTION 8-20.3(11) IS REVISED AND SUPPLEMEUED AS FOLLOWS: the AC Algi 1; 8-20.3(11) Field Test (RQ operatwn &top and g9 Qperac� All street light standards tsigrial poles and other standards on No change to stop and go-operation wi-11 be allowed after 2 p.m.on which electrical equipment is mounted shall be grounded to a any day nor will the change be allowed on Friday, weekends, dad metallic ground rod 5/8' in diameter x 8'0' in length holidays.or the day preceding a holiday. a,:�r, . est Aw(:t,arr rnrnirr bonding strap located n the nearest jtmtXioa box All signal controller cabinets and 1 Requests for traffic signal turn on will not be considered until a si�aa1/ligliting service cabinets shall be grounded to a 518' in pre turn on inspection of signal system has taken place. corrected by the diameur x 8'0' in length copper clad metallic ground rod located 2 All discrepancies and deficiencies must be in die iiinction box with a bare oopper bonding scrap sized contractor and re-inspected prior to re<NPttmr _:gnat tutu on in accordance with the plans specifications and applicable codes. date. Ground rods are considered miscellaneous items and 211 costs 3. Reg for signal turn on shall not a tv and has are to be included with the system or conductors. Ground straps electrical service to the intersection has been are also miscellaneous items unless a separate pay item is provided been energized by the electric tice utility. in the'Schedule of prices." — 4 A minimum of three (3) working da ys no will be required for signal turn on. leie per an pl SECI70N 8-20.3(10)IS REVISED AND SUPPLEMENTED AS 5 Cltannelization at the intersection must be cow deiet* ns of FOLLOWS.- before requesting signal rum on date �' channe-lization prior to turn on musr approved by the 8-20.3(10) . Service(RC) engincer. Power sources shown in the Planer arc approximate only;.exact 6 City forces shall provide post and maintain oroper lignin location will be determined in the field. warning of new signal ahead. 8-20.3(13) Illumination Systems SECTION 8-20.3(13)A IS REVISED AND SUPPLEMENTED SectiaA 9,79 6(3), a AS FOLLOWS: 8-20.3(13)A Light Standards (RQ (SA) y- t- Page-SP-43 Revision Date:May 19, 1997 8-20 Illumination,Traffic Signal Systems, and Electrical 8-20 Illumination Traffic Signal S to Ys ms,and Electrical All poles and davit arms shall be des- nM to s luminaire wci ht of 50 lbs. or more and [o withs rt a caused b wind loads of 85 m. .h. with factor o d res�rM 1.3. All les shall maintain a minimum saf factor of 4.38 .s.i. 3. Anchor bolts shall extend through the top heavy hex nut two pressure siren of weight t load and 2.33 s.i, for basic aid , full threads. Davit Arms: The davit style arm shall mco rate a 5'9' radius bend zind;azagcd The as measured from the ceritcrline of the shaft. The outer rtion of the arm shall be near) horizontal to +2' above ;orb and shall be furnished with a 2" diameter shi fitter with a � L. length of 8 inches to fit the lurnimire specified The le end of the davit arm tube shall be fastened secure) to the to of the shaft .. dip Flaw& and the keepcp producing a flush joint with an even profile Anchor Base: I. the-irrvguWriti@s. A one piece anchor base of adanrate siren �i, 6. Anchor bolts damaged after the foundation concrete is placed size shall be sewrcd to the Iowa end of the shag so that the and shall not be repaired by bending or welding.The Contractor's shall be able of rrs' at its 'eld int the bend' base repair procedure. is to be submitted to the Engineer for of the shaft at its moment � yield point. The base ideal)be provrdeYi.v;rl, four approval prior`t .making any repairs The procedure is to slotted or round holes to receive the anchor bolts. Nut covers shall include removing the damaged portion of the anchor bolt, be provided with each pole. cutting threads son the undamaged portion to remain. the Anchor Bolts installation of an approved threaded sleeve nut and stud, and Four steel anchor bolts each fitted with two hexnuts and repairing the foundation with epoxy concrete repair. two washers, shall be furnished with the pole Anchor bolts shall 7. The grout pad shall not extend above the elevation of the nice( the requirements of Seaton 9-065(3) and 9-065(4) The bottom of the slip base- ancho bol el m sha ca e resisting the bending. 9- -AAchor-boy t installed plumb, f 1 degree. moment of the pole shaft at its yield point The contractor shall assure that all anchor bolts conform to the Stand-pd Maus. . recommended AS'TM specifications of the pole mantrf icturer and shall secure and submit to the City for approval all manufacturer data on pole bending moment anchor bolt fabrication data, test results and any other data brat may be required to confirm that the anchor bolts meet these specifications. Mrsccllancous Hardware: All hardware(bolts, nuts screws washers etc.) needed to complete the installation shall be stainless steel. I.D. (Mentifcati6n for poles): The contractor shalt supply and install a combination of 4-digits and one letter on each pole whether individual himinaire or signal pole with iuminair. The Metter and numbers combination be shall be mounted at the 15 foot level on the pole facing approaching traffic. Legends shall be sealed with transparent film,'ttisistant.td dust,weather and ultraviolet cxposuie. The decal markers shall be 3 inch square with gothic gold, white rcflectorized 2 inch legend on }" c `"�`t D'"°° a black background. The LD. number will be assigned to each - All pole at the end of the contract or proiect by the City traffic riveted to the pole engineering office. C.13,11 be a Cost for the decals shall be considered incidental to the contract bid. Light standards shall be spun aluminum davit style and shall meet the pole detail requirements indicated below and the detail All new light standards shall be numbered for identification in sheets at the end of these specifications, accordance with the Plans using painted 3-inch series C numbers The pole shaft shall be provided with a 4".x 6' flush hand installed three feet above the base facing the travelled way. Paint hole near the base and n matching metal cover secured wren shalt be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts. Specification TT-E1189. The pole shall be adjusted for plumb after a1 l � In setting timber poles, the Contractor shall provide a equipment has been installed thereon After pole is installed and minimum burial of 10 percent of the total pole length plus 2 feet dumbed nuts shall be tightened on anchor bolts using Dro_Pa Sid and shall plumb or rake the poles as directed by the Engineer. sockets open end or box wrenches Use of pliers pipe wrench The hand hole shall be located at 90 degrees to the davit arm or other tools that can derma a alvanizin will not be rmrtted. -' on the side away from traffic- A grounding lug or nut shall be Tools shall be of su ient size to achieve adequate torquing of the provided in the hand hole frame or inside the hand hole frame or nuts. the space between the concrete foundation and the bo_ a�9f inside the pole shaft to attach a ground bonding strap the pole base plate shall be filled with a dry pack mortar orrOut and Page-SP-44 Revision Date.May 19, 1997 8-20 Illumination,Traffic Signal Systems, and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical trowled to a smooth finish conforming to the contour of the pole SECTION 8-20.3(14)F IS AN ADDED NEW SECTION. base plate. 8-20.3(14)F Opticom Priority Control Systems (gC) Dry pack mortar grout shall consist of a 1:3 mixture of All new Opticom Priority System components shall be 500 portluid cement and fine sand with lust enough water so_that the Series or approved equal. The Contractor shall sutmI one copy mixture will stick together on being molded into a ball by hand, of the manufacturer's software on original disks. ConrmHP and will not exude moisture when so pressed. A one half inch cabinets shall have the 562 harness wired into the cabinet by the drain hole shall be left in the bottom of the grout pad as shown on supplier the standard detail. SECTION 8-20.3(15) IS SUPPLEMENTED BY ADDING THE SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING: FOLLOWING: 8-20.3(15) Grotit (RC) After the pole is plumbed the space between the concrete 8-20.3(14) Signal Systems RC All signal conductors shall be stranded copper and shall have foundation and the bottom of the pole base plate shall be filled with a � �� motto grout trowled to a smooth ti00 volt insulation and be of the stns noted on the plans. All fmish conforminrr to multi-conductors used for the signal system shall conform to the contour of the pole base plate. Dry pack mortar grout shall division 9-29.3 and shall be of the sizes noted on the signal wiring consist of a 1.3 mixture of portland cement and fine sand with just schedule and wiring diagram. All stranded wires terminated at a enough water so that the mixture will stick together on being terminal block shall ve an open end crimp style sodedess molded into a ball by hand and will not exude moisture when so terminal connector, and all solid wires termutated at a terminal pressed. A one half inch drain hole shall be left in the bottom of block shall have an open end soldered terminal connector. All the grout pad as shown on the standard detail. terminals shall be installed with a tool designed for the installation SEC77ON 8-20.4 IS REVISED AND SUPPLEMENTED AS of the correct type of connector and crimping with piers, wire FOLLOWS: cutters etc wilt not be allowed All wiring inside the controller 8_20.4 Measurement C cab'tnd shall be trimmed and cabled together to make a neat, clean appeAE�M installation. No splicing of any traffic signal conductor When shown as lump rerun in the Plans or in the proposal as shall be permitted unless otherwise indicated on the plate. All illumination system _. traffic signal coodnetor tints shall be attached to appropriate signal terminal ;QQUQ1 _ no specific unit of measurement boards with pressure type binding posts._The only exccpaons shall will apply, but measurement will be for the tutu total of all items be the splices for detector loops at the nearest junction box to the for a complete system to be furnislied and installed. Conduit of the kind and diztnew specified in the Schedule of toops- N 8-20-3(I4).4 IS SUPP�BY ADDING THE Prices will be measured by the linear foot for the actual neat line F'OLLOWIIVG�� length in place, unless the conduit is included in an illumination system, signal system, or other type of electrical system lump arm 8-20.3(14)C Induction Loop Vehlcle Detectors_TQ bid item. 11 n Splices to loop rem cables shall be made.wide soldered Measurement for unit price items shall be as described in c_�rtipr:ssion type connectors. Section 8-20.5 or as described in the contract schedule of prices SECT7ON 8-20.3(14)D IS SUppL EMENTED BY ADDING THE and/or special provisions. - FOLLOWING. SEC770N 8-20.5 IS SUPPLEMENTED AND REVISED AS FOLLOWS: 8-20.3(14)D Test forInduction Loops and Lead-in 8-20.5 Payment C Cable The Contractor shall keep records of field testing and shall Payment will be made for each of the following bid items that ifurnish the engineer with a copy of the results. are included in the proposal: SECTION 8-20.3(I4)E IS REVISED AND SUPPLMIENTED 'Illumination System lump S-- lump AS FOLLOWS: "Traffic Signal ysiem sum. 8-20.3(14)E Signal Standards-(99 - 3. Disconnect connectors complete with pole and bracket The lump stun contract price for `Illumination System:sect cable stroll be installed in any signal standard supporting a and `Traffic Signal ystem -- rc. _- be full pay for furnishing luminai all labor, materials, tools, and equipment ' for tie construction of the complete electrical system' modifying existing .� systems, or both, as shown in the Plans and herein conduit, 14 The signal standard and its fabrication shall conform with including excavation, bac filling. concrete foundations, all current Washington State Department of Transportation Signal cd or damaged during wiring, restoring facilities day making all Standard Specifications and current pre-approved plans by construction, salvaging existing materials, and for [Wcite WSDOT. required tests. All additional materials and labor, not sW wn the 15 Installation of all nuts and bolts shall be performed with plans or called fqr herein and which are required to complete PM per sized sockets open end or box wrenches. Use of Pipe electrical system,'shall be included in the lump stun contrail Pr"- wrenches or other tools which can damage the galvanization of the nuts and bolts will not be permitted. lb- unit contract-P;4c@ per line'r Tools shall be of a sufficient size and strength to achieve adequate torquing of the nut(s). Page-SP-45 Revision Date, May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and r.1 the pipe tha -bg— The unit per each price for 14 'Service cabinet- shall be full compensation for furnishing and installing the frill cabinet and for risers standoffs and other mat ui costs associated with providing electrical service as enals labor electrical utility, the contract plans, details and b the ificad()rs and himp Gum price f��r the not included as se rate a items in the contract schedule of Pay item, it Ghall be included in Cho rp icts. "........Signal head........ per each. All costs for installing conduit containing both signal and '... ...Signal head mounting hardware," per lump SU illumination wiring shall be included in the contract prices for the The lump sum price for (16) ....Signal heart u..uurin signal system. hardware shall be full compensation for I w and InstallinLy t All costs for installing junction boxes containing both all _traffic or pedestrian signal head mounting harwarc illumination and signal wiring shall be included in the contract conformance with the plans "' g g spechficatnons and detail chrPts prices for the signal system. Pole mounted terminal box,...,X...'z..." and mountin The unit prices for the items listed below shall be full hardware," per each- compensation for furnishing and installing each item and for all '21c shld loop return cable," perlinear foot. labor, materials, tools, equipment and testing necessary and/or '3/C shld pre-emption cable "per linear foot incidental for the full and complete installation as per.the contract "...-pair swd interconnect cable,'per linear foot_ plans, detail sheets and these specifications. 'Traffic signal controller and cabinet,' per each ` 'Trench and Backfill......... wide by.......... deep ' per The unit contract price for 'Traffic Signal Controller and linear foot. Cabinet shall be full compensation for v and installing a The unit contract'_price for (3) 'Trench and Backfill' per fully equipped,weed and operational controller and cabinet linear foot shall be full compensation for excavating, loading, 'Traffic signal wire,'per lump aim. hauling and otherwise disposing of the waste materials, for 'Signal standard,Type.._,with...-foot mast arm,"per each backfilling and compacting backfill material to specified density 'Induction loop vehicle detector."per linear foot. . and for the restoration of the crunch to its pre-existing condition or The unit linear foot contract price for !94)"Induction loop L. as shown on the plans or as directed by the Engineer all in vehicle defector" shall be measured by the linear feet of full depth accordance with the plans, specifications and detail sheets. sawnxrt required for installation_ The unit price shall be full 'Select Trench Backfill,' per ton. (4)"Select Trench Bacldill" compensation for full and complete installation including wire shall consist of 518" minus crushed surfacing top course_and the sealant and all other labor, materials tools and equipment ired L unit per ton price shall include all costs associated with furnishing to complete the installation in accordance with the plans and installing the material and loading, hauling and disposing of specification and detail sheets. The unit price shall also include Waste materials_ providing and installing conduit stub-outs and soldered splices '........Foundation, ......... per each.s splices to loop return cables unless separateM items arc included "Type ....Junction box,' per each. • in the contract schedule of prices for these other items. Sawcutting . 'Tbe unit per each price for(5)'Foundation" and (6)'Junction shall be considered incidental to the loop installation whether.or not Box' shall be full compensation for full and complete installation there is a separate pay item in the contract for sawcutting. per the plans, specifications and detail sheets including enclosing Measurement for a standard 6' x 6' induction loop shall be 28 each item in a finished concrete pad which shaIl be incidental linear feet. Sawcutting for loop 'Home rims'shall be done such as unless a separate pay item is included in the Schedule of Prices for to minimize the total linear feet of sawcutting required by means- 'Concrete Pad.' proper locating of loop return 'Stub-0ut" by direct routing of 'Concrete Pad,' per square yard. 'home runs' and by combining up to 4 paws of loop wires in a Measurement for.rn'Concrefe Pad" shall be by the square single 'home run' sawcut_ Loop and 'Home Run' layout shall be yard of surface area enclosed inclusive of and not subtracting for approved by the Engineer before sawcutting takes place. the area of the junction box or foundation unclosed and shall be full ........Splice kit,'per each. -- compensation for full and complete installation as per the plan 'Emergency Vehicle pre-emption detector," per each._ specifications and detail sheets. 'Opticom discriminator card,' per each. ' Schedule 40 Conduit, P.V.C.' per linear foot.* 'Detector amplifier,' per each. I ." Schedule 80 conduit, P.V.C., 'per linear foot.: "Street light fuse kit," per each. •The unit contract price for conduit shall include all conduit "Pedestrian push button with sign ' per each_ couplings, adapters, elbows, bends, reducers bell ends bushings "Pedestrian push button post, per each. and any other material, labor or equipment necessary to complete "Pedestrian signal pole Type I 10-feet,' per each. E ' the installation of the conduit. Measurement shall be by linear foot 'Relocate existing.......pole," per each. from end of conduit to end of conduit as measured from the top of The unit per each price for'relocate existing pole' shall be. grade along the middle of the trench line and adding a vertical full compensation for removing the pole from Its ex Measurement at the end of each conduit tun equal to the design foundation removing and salvaging or re-installin_ o depth of the trench_ No payment shall be made for additional equipment plugging holes as required and installing the pole on Its. conduit used by the contractor due to horizontal or vertical weaving new foundation and shall include all labor tools materials, of the conduit within the trench line. equipment and any other costs necessary and/or incid_ en to 'Scree Light Standard .......,' f men' per cacti. complete the installation and make the electrical egtaP watt_..Luminaire and lamp,- per each. operational all in accordance with the plans specificati d ......_-watt...Luminaire and lamp with photocell," per each. detail sheets. .......AWG_...copper wire,' per linear foot. "Remove existing.......Foundation," per each. 'Service cabinet, " per each_ t- Page-SP-46 Revision Dale.May 19. 1997 8-22 Pavement Marking 8--22 Pavement Marling The unit per each price for 'Remove existing foundation' Traffic 1,at4QF d shall be full compensation for full and complete removal and A WHITE marking hauling and disposal of the foundation. =rtieuusing alphabetical letters.. 8-22 Pavement Marking 39" the ex�;Qption of thg high.Seo contract plans and detail sheets_ SECTION 8-22.1 IS REVISED AS FOLLOWS: SECTION 8-22.3(5)IS REVISED AS FOLLOWS: 8-22.1 Description (RC) 8-22.3(5) Tolerances for Line Stripes (RC) Skip Center Snipe Length of Strip-e: he longitudinal accumulative A BROKEN YELLOW line 4 inches wide. The broken �' g shall not error plus within a-49-feat 24-foot length of skip stripe shall not exceed plus or `skip" pattern shall be based on a-40 feet 24-foot unit consisting or minus 1 inch_ I of a--14-£eet 9-foot line and a-39-foe4 15-foot gap. Skip center stripe is used as center line delineation on two lane or thrcc lam. SECTION 8-22.30 IS REVISED AS FOLLOWS: two way highways. Double Yellow Center Stripe 8-22.30 Installation Instructions (RC) Two SOLID YELLOW lines, each 4 inches vide, Installation instructions for plastic markings shall be provided separated by a 4-i�space. Double yellow center stripe for both the Contractor and the Engineer. All materials shall be is used as center line delineation on multilane, two way highways installed according to the manufacturer's recommendations-uj" and for channelizatiorL be Precept at th- Q)4* aApproach Stripe A SOLID WHITE line, 8 inches wide, SECTION 8-22.30 IS A NEW SECTION: to delineate turn lanes from through lanes, for trac islands, and for hash marks. Hash ffi 8-22.3(7) Removal of Traffic Markets (RC) mark stripes shall be placed on 45 degree angle and 10 =feet • he work to remove all old or conflicting stripes, tines, apart. buttons or markers as required to complete the channelization of Lane Stripe the project as shown on the plats or detail sheets shall be A BROKEN WHTI"E line, 4 inches wide, used to considered incidental to-other contract pay items and no further delineate adjacent lanes.travelling in the same direction. The compensation shall be made unless a separate pay item or items are broken or 'skip' pattern shall be based on a-40-faeCl440ot unit provided for such removal. consisting of a 1-04oe4 9-foot tine and a-30-feet 15-foot gap. SECTION 8-22.4 IS REVISED AND SUPPLEMENTED AS Drop Lane Stripc(Skip Approach Line) A BROKEN WBTFE line, 8 inches wide, used to FOLLOWS: delineate a lane that ends ^*r ~*T'r,. The broken or 'skip" pattern shall be based on a 241-5-foot unit consisting of a 93-foot 8-22.4 Measurement (ItC) (SA} line and a 1542-foot gap_ The measurement will be based on the travel dis4ance-r¢Quirad Ne-Rassstsipa of a marking system capable... G mApproach stripe, barrier stripe, crosswalk stripe, and AG puring-ir. stop bar will be measured by the linear foot of each marking type. Traffic arrows will be measured by the unit with each arrow head defined as a unit Type lod 424ack4pac4• Go Traffic 3a4a3ra�, handicapped parking stall symbols, preferential lane symbols, railroad crossing symbol, drainage markings, and cycle detector symbols will be measured by die unit- of Z Measurement for paint/plastic stripe line removed shall be by " the linear foot of ' ' wide line or shall be included in the rump Two Way Left ILrn Stripe s unless spec A SOLID YELLOW line. 4 inches wide, with a m n" sum price for reove existing traffic rnarlctn BROKEN YELLOW tine, 4 inches -wide, separated by a 4-inch to be paid as a separate pay item. If not�°"rfied as a separate pat_ in s shall be considered space.The broken or `skip" pattern shall be based on a-40-fea4 24 item then removal of existing traffic mark der incidental to the mcnt for other items of work and foot unit consisting of a-1-0 4•ee4 9400t line and a-30-fee4 15-foot compensation shall be made. space. The solid lint shall be installed to the right of the broken AS line in the direction of travel. SECTION 8-22.5 IS REVISED AND SUPPLE111LNTI:IJ Crosswalk Stripe FOLLOWS: A SOLID WHITE line.-I2 8 inches wide and 10-feet long. installed parallel to another crosswalk stripe-4th-64ea4 8-22.5 Payment (RC) and "Painted Co"Approach Stripe-,per linear foot. parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet.. "Painted Traffic l�tteFLegend". per each Stop Bar "Plastic Traffic LeuerLegcnd".per each. A SOLID WHITE line, " 12, 18 or 24 inches wide "Remove Paint Line wide,- Kr linear foot.` unless as noted east-w4;4 in on the Contract Plans. Page-SP-47 Revision Date: May 19, 1997 8-23 Temporary Pavement Markings 8-23 Temporary Paye anent Markings -Remove Plastic line....... Wide,. per linear foot.' 8-23 Temporary Pavement Markings traffic"Remove existing markings "per lump sum.• • The linear foot contract price for "Remove Paint Line" and 'Remove Plastic Line' and the lump sum contract price for SECTION 8-23.S IS SUPPLEMENTED ll7TH THE "Remove existing traffic markings" shall be full compensation for FOLLOWING_ removal of existing traffic markings as per the plans specifications 8-23,5 Payment (RQ and detail sheets. If these pay items do not appear in the contract schedule of prices, then the removal of old or conflicting traffic If no pay item is included in the contract for installation removal of temporary pavement markings then all cosh °i for markings required to complete the channelization of the project as associated shown on the plans or detail sheets shall be considered incidental to with these items are considered incidental to other items in the other items in the contract and no further compensation shall be con tract or included under "Traffic Control ' if that item is made. included as a bid item. The unit contract prices for the above listed bid items shall be full pay for furnishing all labor, tools material and equipment necessary,for the completion of the work as specified t- Page-SP-48 Revision Date_May 19, 1997 9-00 Definitions and Tests 9-02 Bituminous Materials Division 9 material for payment may be produced for use on a project until the job mix formula has been approved by the engineer• The Metre Materials shall be designed to meet the test criteria listed in Section 9-03,82) and remain within the limits set forth in 0-03.8 6) 7� determination of the job mix formula shall be the resNnsihili , of the Contractor. 9-00 Definitions and Tests The intermingling of asphalt concrete mixtures produced from more than one JMF is prohibited. Each strip of asphalt concrete SECTION 9-00 IS SUPPLEbfENTED BY ADDING THE pavement placed during a working shift shall conform to a single FOLLOWING: job mix formula established for the class of asphalt concrete specified unless there is a need to make an adjustment toia the 9.-OO(A) Recycled Materials (RC) Hyff. The City encourages the use of recycled materials whenever The JMF shall be submitted in writing by the Contractor to Practicable, provided that those materials meet or exceed all the En&cer at least 10 days prior to the start of paving operations ,pplicable TtIquiMTSVIts described elsewhere in the contract and shall include as a minimum: specifi Should recycled materials be utilized the City a. Percent passing each sieve size. requires that a Recycled Product Repogt Form be completed b. Percent of asphalt cement. c. Asphalt grade. the COtra—a or. d. Mixing temperature. e. Compaction temperature. 9-02 Bituminous Materials f Ariti-strip agent content- 9-02.1 Asphalt Material, General The Contractor may not make any changes to the JMF without prior written approval of the Engineer. Should a change in sources SECTION 9-02-1(10)IS A NEW SECTION: of materials be made, a new JMF must be approved by the Engineer before the new material is used. 9-02.1 10 Loop Sealant (RC) z foru�@ on. the project unt" die Unless specified otherwise in the contract or permitted by the F-;;xer upon request from the contractor, loop sealant shall be b-Gen. hot-tnelt cubbcrizcd asphalt sealant (Crafco loop Detector Sealant a approved celrran shall meet tlic pendration flow-and resilience Tba nrinns of ASTM D3407 and shall be installed with an approved applicator in conformance with manufacturer s recommendations. The contractor shall requcsi and obtain approval from the new- er for the type of loop Sealant to be used before msWlmg 23. Job Mix Formula Tolerances_aad-A.djAusiraeacs- JhiF is detector loops and shall submit manufactirer cut the E or other a. data if requ�by the Engineer m order to enable the Engineer to determined, the several constituents of the mixture at the time of determine the acceptability of the scalanL All Ioop sealant shall acceptance shall conform to the following tolerances: only be installed in thoroughly dean and dry pavement and shall be Constituent of Mixture Tolerance Limits as to The tolerance limit for each lied in conformance with the methods requucd mix constituent shall not temperature and means of application such as to completely fill die exceed the broad band �rvait area encapsulate the loop wires and adhere to the specification limits specified pavement. in Section 9-03.80- A regale ppaassssing 1', Broad band specification 9_03 Aggregates 314 5/g', 1/2', and limits section 9-03.8(6)_ 3/8 sieves f SECTION"3.8(6)A IS REVISED AS FOLLOWS: 6% I Aggregate passing 1/4' sieve f 5% 9-03.8(6)A Basis of Acceptance(RC) Aggregate passing No- 10 sieve 4% 1 Asphalt Concrete will be accepted based on its Aggregate passing No. 40 sieve 2% Notcl conformance to the project job mix formula (JW- &r—dw Aggregate passing No. 200 sieve t0.5%Notc2 Asphalt cement For open graded mix: Tolerance limits shall be for aggregate of gradation only and shall be as specified in Section 9-03.8(6- Note 1 — 2.0% if less than 50% RAP (R� Asphalt Pavement),2.5% for 50%RAP or more- Note 2 — 0.5% if less than 20% RAP, greater.but less than 50% RAP. 1.0% for 50% RAP or g Ilicse tolerance limits constitute the allowable limits used'in the mix dacig�. Section 5-04 3(8)A to determine acceptance. FFQPQt4;Qn of 4-C11 trW mix 'n to 414�� 06,2(3 No l_ Page-SP-49 Revision Dale_May 19, 1997 9-04 Joint and Crack Sealing Materials 9-105 Drainage Structures,Culverts,and Co nd , uits SECTION 9-0S.7(3) IS DELETED AND REPLACED By THE �Ccspcnacs rb-11 conform. to the range of the propoptigA 9-05.7(3) Concrete Storm Sewer Pipe Joint .,, Joint assembly design shall be reinforced n� concrete bell and C Ad}usttueats spigot incorporating a fully retained sin le rabbet azket if,accordance with ASTM C361 or AWWA 0302. Rubber gasket material shall be neoprene. of I per-cent for ;he aggrvgatc retained o;i the-No-40 SECTION 9-05.7(4)FOLLO TYING: IS SUPPLEMENTED BY THE j Project lingincer pr-ovidcd the chzinge will produce Material of (RC) 9-05.7(4) Testing Concrete Storm Sewer Pine joints Hydrostatic testing of rubber Basket joints shall be red in accordance with ASTM 0361 or AWWA 0302 except test pressure shall be 5 psi. wyerancer -b-11 be u4thia the range of the bro-A WPA SECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS tgwctficatiois. FOLLOWS. i Acphalt Content. lb.c Project Engineer w-ty order 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) the"PpPoval of the - - she-specil"+catieu&. The manufacturer of spiral rib storm sewer pipe shall furnish 9-04 Joint and Crack Sealing,Materials the Engineer it Manufacturer's Certificate of Compliance stating that the -materials furnished comply in all. respects with these SECT70N 9-04.11 IS A NEW SECTION Specifications.The Engineei may require additional information or tests to be performed by the Contractor at no expense to the State. 9-04.11 Butyl Rubber(SA) Unless otherwise specified, spiral rib storm sewer pipe shall Butyl tubber shall conform to ASTM D2000 M1 BG 610. be furnished with pipe ends eta perpendicular to the longitudinal [ axis of the pipe. Pipe ends shall be cut evenly.Spiral rib pipe shall t. be fabricated either by using a continuous helical lock-seam or 9-05 Drainage Structures, Culverts, and a continuous helical welded scam paralleling the rib. Conduits SECTION 9-05.4 IS REVISED AS FOLLOWS - 9-0S.4 Steel Culvert Pipe and Pipe Arch (RC) i- Steel culvert pipe and pipe arch shall meet the requirements of leg-caatac—is AASHTO M 36, Type I and Type II. Welded seam aluminum center. coated (aluminized) corrugated steel pipe and pipe arch with ripa A-11 be metallized coating applied:inside and out following welding is acceptable and shall be asphalt treatment coated. U[hea required, rpiral rib pipe rhall be SECTION 9-05.7(2).;IS DELETED AND REPLACED BY THE FOLLOWING: Steel spiral rib storm sewer pipe shall be manufactured of _ 9-0S.7(2) Reinforced Concrete Storm Sewer Pipe metallic coated (aluminized or galvanized) corrugated steel and R� inspected in conformance with Section 9-05.4. The size, coating, and metal shall be as shown in the Plans or in the Specifications- Reinforced Concrete Storm Sewer pipe shall conform to the For spiral rib storm sewer pipe helical nbs shall prolecs requirements of ASTM C-76 and shall be Class IV. Cement used outwardly from the smooth pipe wall and shall be fabricated from a in the manufacture of reinforced concrete pipe shall be Type II in single thickness of material The ribs shall be essenhall� conformance with ASTM C150. No admixture shall be used unless rccnmular and shall be 3/4 inch plus two times the wall thickness otherwise specified. (20 plus or minus 1/8 inch (measured outside to outside) and_j SECTION 9-05.7(2)A IS SUPPLEMENTED BY THE minimum of 0.95 inch high (measured as the minimum vertical FOLLOWING: distance from the outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib). -The maximum 9-05.7(2)A Basis for Acceptance (RC) spacing of the ribs shall be 11.75 inches center to center (measured All pipe shall be subject to (1) a three -bearing strength normal to the direction of the ribs) The radius of bend of the (D-load) test in accordance with ASTM C76- and (2) a hydrostatic metal at the corners of the ribs shall be a minimum of 0.10 inch test of rubber Basket joints in accordance with ASTM C361 or and a maximum of 0.17 inch. If the sheet between adjacent ribs AWWA 0302 except test pressure shall be 5 psi. does not contain a lockscam a stiffener shall be included midwwa'. Page-SP-50 Revision Date:Mav 19. 1997 ..w 9A6 Structural Steel and Related Materials 9 48 Paints between ribs havin a nominal radius of 0.25 inch and a minimum 1/8 inch wide (measured outside to outside) and a ffumurn height of 0.20 inch toward the outside of the pipe. Pipe shall be spacing of ribs shall be 4.80 inches center to center (measured fabricated with ends that can be effectively jointed with cou lP inp normal to the direction of the ribs). The radius of bend „f the metal at the comers of the ribs shall be 0.06?S inch with an When required spiral rib or narrow pitch spiral nib pipe shall allowable tolerance of+ 10 percent. be bituminous treated or paved. The bituminous treatment for For wide pitch spiral rib storm sewer pipe helical nibs shall spiral nib pipe shall conform to the requirements of Sections 9- project outwardly from the smooth pine wall and shall be fabricated 05.40) and 9-05.4(4) from a single thickness of material. The ribs shall be 3/4 inch + For narrow pitch spiral rib sewer pipe the helical ribs shall 1/8 inch wide(measured outside to outside)and a minimum of 0 95 mica outwardly from the smooth pipe wall and shall be fabrtcatefi inch high (measured as the minimum vertical distance from the from a single thickniess of material. The nibs shall be 375 inch-- outside of pipe wall to top surface of the rib) The maximum 1/g wide (measured outside to outside) and a minimum of spacing of ribs shall be 11.75 inches center to center (measured 4375 inch high(measured as the minim vertical dLV2nce of ribs normal to the direction of the ribs). The radius of bend of the l be 480 incites center to center (measured normal to the metal at the comers of the ribs shall be 0.0625 inch with an shal allowable tolerance of+ 10 percent. (rurction of the nibs) The radius of band of the metal at the of the ribs s[ra11 be 0.0625 mdi with an allowable tolerance of—lo�nt. 9-06 Structural Steel and Related Materials SECTION 9-05.12(3)IS A NEW ADD17TONAL SECTION: 9-06.5 Bolts 9-05.g p) CPEP Sewer Pipe(RC) Cpgp Smooth interior Pipe And sittings shall be SECTIONS-065(4)HAS BEENSUPPL.FMEIVTED BP ADDING: manufactured from high density polyeth lene resin which shall 4 or 5, 9-06.5(4) Anchor Bolts(RQ mat or exceed the requirements of Typo 111, Category washers and anchor [a Grade P33 or P34 Class C AS"IM D1248. in addition the All anchor bolts, plates for signal shall comply with all material d stiffness Eg!l rernents of poles street light poles strain poles or other types of poles shall pipe an - meet the recommended specifications of the pole manufactures. AASHTO M294. The Contractor shall be responsible for providing to the Engineer SECTION 9-05.14 IS DELETED: any and all data concerning fabrication strength test results, mill SECTION 9-05.17 IS REVISED AND SUPPLEMENTED AS certification and other data required to confirm that the anchor bolts meet those specifications. FOLLOWS. The following standard specifications shall apply to anchor 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe bolts for street light, signal and strain poles pr'o'ceed that the Contractor can submit documentation from the niancfadnrer (RQ affirming that anchor bolts meeting these spec"cati°its are Unless otherwise specified, spiral rib storm sewer pipe shall recommended for the pole to be installW thereon be fumislicd with pipe ends art perpendicular to the longitudinal 1 The standard anchor bolt for aluminum street light poles axis of the pipe.Pipe ends shall be art evenly.Spiral nib pipe shall shall be 42 inches in Icngth and shall meet the requirements of be fabricated by using a continuous helical lock scam with a seam ASl'M A 36 or ASIM A 307. The shaft of the anchor bolt shall aska. be a full one inch in diameter with a hot forged tour t'I-' bead on the bottom and and a minimum of sir inches of die art threads on the top end. 2 The anchor bolts for signal poles !n P°tes shall meet the specifications as designated on the approved manufacturer's pole plans and/or n(emental Plans or specifications provided by the manufacturer• the pole by 0 9; inch All anchor bolts nuts and washers shalt meet v•+ a manufacturer's specifications and shall be hot drpp� Ka' unless such galvanization is not perms tied for the !)T-5 0' elect Is per Section 9-06.5(4). 9-08 Paints SECTION 9-08.815 A NEW SECTION: 9-08.8 Manhole Coating System Products For spiral rib storm sewer pipe helical ribs shall project outwardly from the smooth pipe wall and shall be fabncatcd from a 9-08 8(1) Coating System Spec!�t on single thickness of material The ribs shall be 3/4 inch wide by 3/4 Thc following coating system ifications shall be used for inch deep with a nominal spacing of 7-12 inches center to center. c surfaces Pipc shall be fabricated with ends that can be effectively tointed coating (scaling) interior concrete (including die charnn with coupling bands. of sanitary sewer manholes when required. For narrow pitch spiral rib storm sewer pipe helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + Page-SP-51 Revision Date.May 19, 1997 9-23 Concrete Curing Materials and Admixtures 9-29 Illumination,Signals Electrical Coating System Specification SECTION 9-29.3 IS REVISED AND SUPPLEAfEN7FD AS A. General 1. Buried Manhole 9-29.3 Conductors, Cable (RC) Surface Color Paint System Each wire shall be numbered at each terminal end with a wrap-around numbering strip bearin Qte circuit nurttber a. Buried, and White C-1 shown on the plans. exposed No licin of an traffic signal conductor uctor shall Emitted surfaces. unless otherwise indicated on the plans. All conductor runs shall be pulled to the appropriate si nal terminal com annim board 9-08.8(2) Coating Systems with pressure binding posts. The onl ez splices for detector loops at the nearest junction box to th�l be the A. High Solids Urethane The contractor shall provide and install all the wiring, fuses and fittings so as to complete the inct�n�.: _ t9 Coating System: C 1 installation or the Coating Material: High Solids Urethane s and lighting equipment as shown on the plans All .,, t�.idis and installation methods except as noted Otherwise Surfaces: Concrete erw1Se here' shall Surface Preparation: In accordance with SSPC SP-1 comply with applicable sections of the National Electrical('lute (Sweep or brush off blast) 8. Detector loop wire shall be No. 1214 AWG shanded copper wire, Class B, with chemically cross-linked polyethylene Application: bemeen Shop/Field The drying time type RJ1H-RHW insulation of code thickriess. . ` between coats shall not exceed 24hours in any case (11)Six pai;-eCommunications cable Ul meet ItEA specification PE-39 and shall have eiz—pair—No. 19 AWG wires System Thickness: 6A mils dry film with 0.008 inch FPARvfPR coated aluminum shies Coatings: Primer. One coat of Walser shielding. The cable , MC-Conseal high solids shall have a petroleum compound completely filling the inside of urethane(2.0 DFI)Fetish: the cable. Two or more coats of Wasser The shielded communications/signal interconnect cable shall MC-Conseal(min.4.0 DFT) meet the following: 1- Conductors: Solid, soft drawn annealed copper, size 19 awg- 9-23 Concrete Curing Materials and 2. Insulation: solid virgin high density polyethylene or Admixtures polypropylene, with telephone industry color coding 3- Cable core assembly: insulated conductors are twisted SECIION 9-23.9 IS REVISED AS FOLLOWS: into pairs with varying _. tying lays (twist lengths) to minimize cross talk 9-23.9 Fly Ash (RC) and meet strict capacitance limits. 4. Shielding: A corrosionloxidation resistant tinted ethylene Fly ash shall not be used around water lines. copolymer coated (both sides) .008" thick corrugated aluminum tape shield is applied longitudinally with shielding coverage. A `- 9-29 Illumination, Signals, Electrical -005 corrugated tape applied in the same manner is acceptable. 5: Outer jacket: A black, low density high molecular weight SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE virgin polyethylene (compounded to withstand sunlight, FIDLLOWING_ temperature variations and other environmental conditions plus 9-29.1 COndtu abuse during installation) is extruded overall to provide a �Q continuous covering. The conduit P,Y:C. non-metallic shall be of the two types 6• Footage markings: footage markings must be Printed indicated below- sequentially a minimum of 2' along the outer jacket. 1. Schedule 80-Extra heavy wall P.V.C. conforming to 7- Filling: the entire cable within the outer jacket is flooded _ASIM, Standards, to be used in all installations under roadways. with petroleum-polyethylene gel filling compound including the 2. Schedule 40 heavy wall P.V.C. conforming to ASTM area between the outer jacket and the shield. Standards- SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 9-29.9 Ballast, Transformers (RC) 9-29.2 Junction Bones(RC) The Ballast shall be pre-wired to the lamp socket and terminal Junction boxes shall be- reinforced concrete with galvanized board. steel from anchored in place and galvanized steel cover plate SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE (Diamond pattern)as indicated on detail sheets FOLLOWING: The inscriptions on the covers of the junction boxes shall be as follows: 9-29.10 Luminaires(RC) 1. Signal only: "Signals" The filter shall bQ charcoal with elast-omer gasket. 2. Street Lighting only: 'lighting' Luminaires shall have a cast aluminum housing of the cobra 3- Traffic Signal and Street lighting Facilities: 'TS-LT' head style with a glass ovate refractor. The above inscriptions shall not be higher than the top surface of the cover plates - Page-SP-52 Revision Date:Mav 19. 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals, Electrical The manufacturer's name or symbol shall be clearly marked re-energize without change. on each luminaicc. 9-29.11 Control Equipment uc}uiiad. 5. Conflict Monitor. Upon sensing conflicting signals or SECTION 9-29.11(2) IS DELETED AND REPLACED WITH: unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash; however, the 9-29.11(2) photoelectric Controls (RC) controller shall stop time at the point of conflict. After the conflict Photoelectric controls shall be a plug-in device rated to monitor has been reset, the controller shall immediately take operate on 120 volts 60 Hz The unit shall consist of alight command of the signal displays at the beginning of artery semitive element connected to necessary control relays. The unit graaa eiy low. shall be so designed that a failure of any electronic component_will 6. Flash unit shall be a two circuit type capable of c=gize die lighting circuit. switching loads up to 1000 watts per circuit alternately at a rate of The photo cell shall be a solid state device with stable turn-on 60 flashes per minute per circuit, plus or minus two flashes per values in die tcmperature range of-55 degrees C to +70 degrees minute. C The photo cell shall be mounted externally on top of the SECTION 9-29.13(3) IS REVISED AND SUPPLEMENTED AS Inrniitaire In a contactor controlled system the Photo cell to FOLLOWS: control, the sygem shall be mounted on the lummarre nearest to the sec ce/contactor cabinet. The photo tell shall be capable of 9_29.13(3) Emergency Pre-emption(RC) switching 'ON' 1,000 watts of incandescent load as a minimum. Immediately after a valid call has been received, the SECTION 9-29.13 IS S17PPLMff.NTED BY ADDING THE pre-emption controls shall cause the signals to display the required IrpyloWING: clearance intervals and subsequent pre-emption intervals- FOLLOWING. shall sequence as noted in the contract. Pre-emption 9-29.13 Traffic Signal Contr0crs (RC) equipment shall be installed so that internal wiring of the The unit shall operate on 120 volt 60 cycle single phase controller, as normally furnished by the manufacturer, is not altercating current and shall use the power line frequency as a time altered. base The traffic signal controller shall mod the tegtnrcmertts of the National Electrical Manufacturers Association (NEM I phua- Standard Publications. Emergency vehicle pre-emption shall be furnished as modules Components such as resistors capacitors, diodes and transistors shall be individually replaceable utilizing approved that plug directly into a rack wired to accept 3-M discriminator standard soldering techniques fnterrratcd circuits shall be type units The pre-emption system operation shall be compatible with the 500 Series 3M company 'opticom' system which the City mounted in sockets and shall be easily replaceable without of Renton is currently using and shall be capable of being activated soldering All components shall be stardard Off the shelf" items. Mie traffic signal controller shall be capable of interfacing by the same ticamtitte al The optical signal discriminator system shall enable an wridt the Multisonic real time master computer. The controller authorized vehicle to remotely control traffic control signals from a Shall be capable of both on-lire operation(control by the multisoeuc masts' computer) standby °Perin. The controller shall distance of up to 1800 feet(0.54 kilometers) along an unobsiractCd establish the sequence of signal phases including overlaps, in line of sight' path The system shall cause the traffic signals conformance with the signal phasing diagram on the plans. When controller to move into an appropriate fire pre-etnpdon Program- mode either in a fixed time mode or m afully-actuated mode this optical discriminator shall interface to the 562 software for with volume density on each phase as regmred- All clearance field programmability shallIshall consist of the following amino and pedestrian timing shall be accomplished at the local cornponeats: be mounted on the a. 'cal cite -detectors-which shall 1 intersection. traffic signal mast arms and shall receive a the optical energy SECTION 9-29.13(2)IS REVISED AND SUPPLEJONTED AS emitter's signal. al controller to FOLLOWS: b Discriminators which shall cause the si o into internal p rc ern ption which will a the authonzed vehicle 9-29.13(2) Flashing- Operations (RC) the right of way in the manner shown on die Phase sequence 2. Police Panel Switch: When the flash-automatic switch diagram. located behind the police-panel door is turned to the flash position, c pre-emption Indicator Lights. the signals shall immediately revert to flash;- however, the Optical Detector controller shall 'STOP TIME." When the switch is placed on- a. Shall be of solid state construction. automatic, the signals shall continue to flash for an additional b Fittings shall meet the specifications of the system 8 second flash period. At the completion of the continued 8 second manufacturer to facilitate ease of installation. flash period, unless otherwise specified, the controller shall c Shall operate over an ambient temperature tant?e of-40°F immediately resume normal cyclic operations at the beginning of to +18WF(-4(°C to +WC).. artery gpaauydlow'• in a semi- d. Shall have internal client encapsulated 4. Power Interruption. On -NEMA- controllers any power flexible compound and shall be impervious to moisture- interruption longer than 475 plus or mints 25 milliseconds, signals e Shall respond to the optical energy uii U1Ses cnerated by shall re -=gize consistent with No.2 above to ensure an 8 second dens of v 8 `e a pulsed Xenon source with a pulse ener „P flash period prior to the start of artery green. A power interruption joule per square meter at the detector a rise time less u�a,� of less than 475 plus or minus 25 millisecond.. shall not cause microsecond and half power point pulse width on not resequencing of the controller and the signal displays shall thirty microseconds. i- Page-SP-53 Revision Dale_May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Elec�ical Discriminator Each module shall do the following: ;.hj'h —ill of owroller- a. Shall provide for a minimum of two channels of optical detector input. b. Shall provide for a minimum of two discrete channels of optically isolated output. When a pre-emption detector detects an emergency vehicle, the phase selector shall hold the controller in the required phase or advance directly to that phase after observing all vehicle clearances. The phase selector shall hold the controller in the 411 concrollel:r, ghAl Provide phase selected until the detector no longer detects the emergency vehicle. actuatie�. When the phase selector is rrsponding to one detector, it shall All timing functions and input and output features for full not respond to any other detector until calls from the first detector y are satisfied. Indicator lights shall indicate power on, signal being actuated, volume-density operation shall be provided in ac roc, with NEMA standards. received, channel called. Switches shall control system power and The controller shall provide for setting each timing interval b simulate detector calls for each phase. means of positively calibrated settings. The tmvng functions shall be on the front of the controller unit or shall have keyboard envy r.. SECTION 9-29.13(2)JS SUPPLEMENTED BY ADDING THE and liquid crystal display. For the standby operation the traffic FOLLOWING. —_" signal controller shall include all circuitry required to provide all —_ tin-Ling tstr ing and all functions for sial operation m a fully-actuated 9-29.130 Wrong Diagrams (RC) mode. Standby operation shall automatically occur upon opening The controller cabinet shall have a waterproof envelope with a of interconnect lines failure of central master computer, or when side access attached to the inside of the cabinet door. At the time specified by the master. The standby operation shall follow and be of delivery the envelope shall have four complete sets of schematics coincidental in phase to that phase being displayed at the start of and manuals for all assemblies and sub-assemblies. standby operation. Transfer from computer supervision'shall not call up a starting yellow. SECITON 9-29.130 IS SUPPLEMENTED BY ADDING THE FOLLOWING. SECTION 9-29.13(7)A IS SUPPL EALEN'TED BY ADDING THE FOLLOWING: 9-29.130 Radio Interference Suppressors 9-29.13(7)A Environmental, Performance and Test A Cornell-Dubiler radio interference filter NF 10801-1 30 amps or equivalent shall be used to filter the A.C. power. Standards for Solid-State IYaffic Additionally, all power supplies shall have noise immunity from Controllers (RC) other devices within die cabinet. The traffic signal controller assemblies, including the traffic signal.controller, auxiliary control equipment and cabinet shall be SECTION 9 29.13(7)IS REVISED AND SUPPLF,MEIYTED AS shop tested to the satisfaction of the Engineer. Testing and check- FOLLOWS: out of all timing circuits, phasing and.signal operation shall be at the City of Renton Signal Shop Renton, Washington. The Signal 9-29.13('7) 'lYafric-Actuated Controllers(RC) Shop will rnake space available to the contractor for the required Traffic-actuated controllers shall be electronic devices which, test demonstrations. The contractor shall assemble the cabinet and when connected to traffic detectors or other means of actuation, or, both, shall operate the electrical traffic signal system at one or related signal .control equipment ready for testing. A complete demonstration by the contractor of all integrated components more intersections. satisfactorily functioning shall start the test period. -_-_Any All solid-state electronic traffic-actuated controllers and their supplemental devices_9WI employ digital timing methods. malfunction shall stop the test period until all parts are The traffic signal control equipment, unless otherwise satisfactorily operating The test shall be extended until a m permined_in the contract, must specifically conform to current minimu 72 hours continuous satisfacto performance of the NEMA specifications. entire integrated satisfactory performance system has been demonstrated. 'the -" demonstration by the contractor to die Engineer of all components functioning properly shall not relieve the contractor of any on Actuated traffic signal controllers stall be 8-phase control con gear relative to the proper functioning of all aforestated control gear when field installed. units. VolumeAensity timing features shall be provided on all controllers. SECTION 9-29.13(7)B IS REVISED AND SUPPLEMENTED AS FOLLOWS: 9-29.13C7)B Auxiliary Equipment for Traffic Actuated ;4Qfl6f4Q" Jr Controllers (RC) The "IQ" , maker k demon=41-- _f rl,o flzrh I A 'r F, �F+rnzlcarr: 11S81r� al .:rrho pwC1a rr t�1A d—Xiliary control papgLp ti h II r t- Page-SP-S4 Revision Dale:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical power Switches Computer Interface Unit There shall be a main power switch inside the cabinet that Interface communication devices shall be designed as vnarate shall render all control equipment electrically dead_when turned units or as modules that plug directly into the controller case The off. There shall be a controller power switch that shall render the communication devices shall be used for on-line computer control controller and load switching devices electrically dead while of the intersection and shall be capable of transmitting all detector maintaining flashing operation for purposes of changing controllers and signal status information and receiving and decoding command or load switching devices. information from the computer all in conformance and within the Viability of the multisonnc master computer unit and the Stop Time Bypass Switch interconnect cables. SECTION 9-29.I3(7)D IS REVISED AND SUPPLEMENTED There shall be a switch in the cabinet identified as the stop AS FOLLOWS: time b cs a switch If the intersection is placed on flashing ration either by the flash switch or the fail safe monitor, the 9-29.13(7)D Controller Cabinets (RCz_�jAj controller shall immediately stop time The stop time bypass 1. Construction shall be of 0.073-inch minimum thickness switch shall remove stop time from the controller and permit Type 304 stainless steel. 0.125-inch minimum thickness cka, normal cycling operation while the mtersectron remauns m flashes a odiacd_shect alumttnrm, or cast aluminum Cabinets shall be operation finished inside with an approved finish coat of exterior white enamd and outside with an approved enamel finish, light gray or DETECTOR test switch aluminum in color. As an alternate to painting, the outside and inside of the aluminum cabinets may be dear anodized aluminum. Each vehicle and pedestrian phase shall have a momentary 5. .The cabinet door shall be provided with: (s rin return) detector test switch When depressed, the switch a. A spring baled construction core lock capable of shall place a call on its respective signal phase. accepting a Best CX series core installed by others. Cast cabinets shall have an approved one point positive latch. Formed cabiricts -The convenience outlet and lamp socket shall have a three point latch. b. A police panel door with a stainless steel hinge pin and A convenience outlet protected with a ground fault interrupter a lock. Two police keys with shafts a minimum of 1314 inch long incandescent lam socket shall be furnislrcd m the main shall be provided with each cabinet. and an cabinet. A door switch for the lamp shall be Provided. THIS Inside the police panel there shall be a signal.on off dreuit shall be protected by a ctcrtrrt breaker rated at?A amps= switch which shall prohibit any signal display to the field but will allow the control equipment to operate when placed in the off Fail Safe Unit position. A second switch shall be the auto-flash switch. When placed in the 'flash' position eontmller power shall remain on and Fail safe unit shall meet the NEMA-PLUS specifications and controller shall stop time dependent on switch setting on die shall monitor both the positive and negative portions_of the A.C. auxiliary panel described later. sine wave for all green, amber and pedestrian walk indications. c_ RGth. cri-i-n door The duration of a display of conflicting indication shall not be 10M Cabinet doors shat(be gaskeicd enough to be visible to motorists or pedestrians before the monitor with one piect•, dose cell neoprene. They shall be egtupped with some type of stops so the door may be held open in either of two- initiates flashing ration. These shall be a visual indication that eith th sees and 180 degrees and be of e monitor has preempted normal operation. positions at approximately 90 deg The fail safe monitor shall be- Modcl SSM-12LE as suitable design to withstand a 40 mph wind.. mamrfacnired by Eberle Design Inc., or approved equal. d. A two position door stop assembly. 1 with at e The Controller cabinet shall have a load bay t� — face of the panel. ctans�c� Surge Protector(Lighting Arrester) least the following items mounted o i non of,.11 relays; load.switches- and terminal blocks fort Inal block shall wires contained on a separa el the terminal The controller shall have an input voltage surge protector that to Pan �o� shall protect the controller input from any voltage surges that could conform to Washington Standard Spec Screws damage the controller or any of its components. This load bay panel shall be mounted so that when the to the are removed it will be Possible to obtain fall access Field Wiring Terminal terminations on the back of the load bay PSI- There shall be a terminal strip for field wiring in the controller cabinet. The terminals shall be numbered in accordance SECTION 9-29.16 IS SUPPLEMENTED BY ,DING T with the schematic wiring diagram on the plans. If a_different FOLLOWING: I numbering system is used for the cabinet wiring then both numbers shall label each terminal and the cabinet wirin g schematic 9-29.16 Vehicular Signal Heads (RCS drawing shall include the field wiring numbers where the terminal lens Sties unless strip is illustrated. A common bus bar with a minimum of 15 Vehicular signal heads shall have 12 en molar siP1�I head terminals and a round bar with a minimum of ti terminals shall be shown otherwise on the signal Plans anuaure 1)F-c provided. housings shall consist of separate sections and be exp T for vertical mounting. Lens shall be lass and meet Specifications for light output Reflectors shall be alzac. Fach signal head shall have a 1/4 inch drain hole in its base. Page-SP-55 Revision Date: May 19, 1997 9-29 Illumination,Signals, Electrical 9-29 Illumination,Signa ls,Electrical Vehicle signal heads shall be cast aluminum_ 9-29.16(2)E Painting Signal Heads (RC) All signal heads shall include a back plate 5 inch square cut Traffic signal heads, including outside of visors border. Signal heads, including outside of visors and back of back back plates, shall be finished with two coats of and back of two coats factory applied selllo baked utamcl�The inside of the and front of traffic signal graeri• ellow baked enamel, The inside of visor, y front of back plates, and louvers sha11 be finished with two coats of back plates shall be finished with two coats of factory-applied flat Flat black enamel. black enamel. Mounting hardware will provide for a rigid connection SECTION 9-29.16(3) (RC) IS DELETED. between the signal head and mast arm. All mounting hardware will be of the top-mount plumbizer type as shown on the standard (RC) plans, unless specified otherwise on the plans. SECTION 9-29.16(3)A (RC)IS DELETED. Position of the signal heads shall be located as close as possible to the center of the lanes. Signal heads shall be mounted on the mast arm such that the red indicators lie in the same plant (RC) and such that the bottom of the housing of a signal head shall not SECTION 9-29.I6(3)B(RC)IS DELETED, be less than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the roadway. All bolts and other miscellaneous mounting hardware shall be stainless steel. Heads (RQ SECTION 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS: SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS: 9-29.16(2)A Optical Units (RC) 9-29.17 Signal Head Mounting Brackets and Fittings Eight inch conventional signals shall employ a 67 to 69 watt (RQ traffic signal lamp rated for 1301'^24 volt operation, 595 minimum initial ;hunen, 665 rated initial lumen, 8,000-hour minimum, unpair"d.—All ether—hardware for Qawr—mounts shall be painted 2 7/16 inch light center. length, A-21 bulb,,tt�o¢i_p.base, clear with two coats of factory applied traffic signal Federil yellow traffic signal lamp. Twelve inch traffic 'signals heads require green baked enamel. 424130-volt, 165 watt, 1,750 minimum initial lumen, 1950 rated initial lumen clear traffic signal lamps with a 3-inch light center SECTION 9-29.18(7)IS SU_ PPLEMENTED AND REVISED AS length, 8;000 hour minimum rated life, P-25 bulb and medium FOLLOWS: base. Bu shall be installed with the opening between the filament ends up 9-29.18(1) Induction Loop Detectors(RC) Detector amplifiers shall be Detector Systems model 810A or SECTION 9-29.Ib(2)B HAS BEEN REVISED AS FOLLOWS. equal- I 9-29.16(2)B Signal Housing (RC) Induction loop amplifiers installed with NEMA controls shall Each lens shall be protected with a removable visor of conform to current NEMA specifications. with T�rpe 170 aluminum of the tunnel type, unless specified 1b. otherwise in the contract. Visors shall have attaching cars for installation to the housing doors. Conventional signal heads shall SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS: have square doors. 9-29.20 Pedestrian Signal (RC) SECTION 9-29.16(2)C HAS BEEN REVISED AS FOLLOWS. Pedestrian signals shall be either iacsadesctsat- fiber optic or neon-grid type, or other types as specified in the contract. 9-29.16(2)C Louvered Visor:s_TQ Pedestrian signals shall conform to M Standards (Standard for Where noted in the Contract, louvered tunnel visors shall be Adjustable Face Pedestrian Signal Heads, 1975). furnished and installer Directional louvers shall be constructed to have a snug fit in the signal visor. The outside cylinder shall be constructed of alumin , and the louvers shall be constructed of anodized aluminum painted flat black. Dimensions and arrangement of louvers shall be as shown in the contract. ymbol messages, when specified, shall be a minimum of 12 inches high and 7 inches in l SECT70N 9-29.16(2)D HAS BEEN DELETED AND width. REPLACED WITH.- Housings shall be-die-cast aluminum and shall be painted with 9-29.16(2)D Back Plates (RC) two coats of factory applied traffic signal ellow enamel. ' Back plates shall be furnished and attached to the signal VACANT SECTION 9-29.20(T) IS REPLACED BY ADDrNG heads. Back plates shall be constructed of anodized, 3-S THE FOLLOWING NEW SECTION. half-bard alumintmn sheet, 0.058-inch minimum thickness, with 9-29.20(1) Fiber Optic e 5-inch square cut border and painted black in front and yellow in p Type (RQ back. The fiber optics; shall be drawn from optical Qlass�f high purity. The fibers shall be temperature resistant The fibers rs s__hall be resistant to the UV light emitted by the halogen lammed shall , maintain their high transmission properties throughout the lifetime ' t. Page-SP-56 Revisinn nnly- Mnv to 1007 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical of the sign The light guides shall contain fibers with a diameter of SECTION 9-29.24(1) IS DELETED AND REPLACED WITII 53 microns Each single arm in the harness shall contain THE FOLLOWING. approzimatcly 300 fibers The optical sheathing shall have a wall 9-29.24(1) Painting (RC) thickness of at (cast 1.5 microns. The common end of each bundle The finish coat shall be a factory baked on enamel li hr o re shall have a hexagonal bundle format. The common bundle end in color. The galvanized surface shall be etched before the baked and each arm end shall be epoxied and optically polished. on enamel is applied. The interior shall be Riven a finish eciar or The light source shall be a halogen incandescent lamp with on na grade of white metal enamel. dichroic reflector.The lamp shall use built-in lead-in wires instead Painting shall be done in conformance with the provisions of of pins The reflector shall be covered with a hard coating capable Section 8-20.3(12). to withstand a temperature of 400 dcgrea Centigrade, rapid temperature changes aggressive chemical attacks. The coating SECTION 9-29.24(2) IS DELETED AND REPLACED WIM shall be tested by soaking in Oxalic Acid MIN for a period of 2 THE FOLLOWING: hours The coating shall not dissolve during this period. The lamp :Ball be 50 watt and rated for 6000 hours at 10 volts. The lamp 9-29.24(2) Electrical Circuit Breakers and Contactors together with the fiber shall produce a light intensity as high as (RC) 3800CD Ilse 115-volt primary 10-volt secondary transformers, The electrical circuit breakers and contactors shall be as light guides and all wiring shall be enclosed in a sheet aluminum indicated on the contract plans and detail sheets_ The following housing The matrix plate shall be constructed of 0.125 thick equipment shall be featured within the cabinet. aluminum sheet protected by a 0 125 polyearbonate shed. The I. Main circuit breaker signal housing shall be weather tight. Each common end_ of a 2. Branch circuit breakers bundle shall have a clip-on type color filter, one of Portland 3. Utility plug(120 volt-20 Amp rated) G.F.I. Type Orange and one of Lunar White The viewing end of the fiber optic 4. Light control test switch(120 volt-15 Amp) display shall not require a cone for magnification and shall provide 5. Contactor relay for each circuit a wide viewing angle Each message shall have a mun m mu of 82 6. Double pole branch breaker(s) for lighting circuits (24a light points All components shall be fastened to the flat black volt matrix plate Whcn the sign is not illuminated it shall blank out 7. One 120 volt,20 Amp single pole branch breaker (for with no message legible The low power consumption lamps shall utility plugs) be serviceable without any tools. 8. Type 3-single phase 1201240 volt grounded neutral SECT70N 9-29.20(2) IS REVISED AND SUPPLEMENTED AS service FOLLOWS. 9 One 120 volt 40 Amp single pole branch breaker (signal service 9-29.20(2) Neon Grid Type (RC) 10 Complete provisions for 16 breaker poles All neon grid heads shall be equipped with Z crate visors 11 Name plates phenolic black with white-engraving except made of polycarbonate plastic designed to eliminate stn phantom. the main breaker which shall be red with white lettering. All name Neon tubing shall be enclosed and shockmounted inside plates shall be attached by S.S. screws. a ed plastic module. 12 Meter base sections are unnecessary SECTION 9-29-25 IS DELETED AND SUPPL,E3M ED BY THE FOLLOWING: The pedestrian signal shall have a solid state message[nodule, 9-29.25 Terminal and Interconnect Cabinets (RC) electronic ballast no external transformer,and operate at 30 watts. The pole mounted terminal box shall be made of molded Ile heads shall display two symbol messages -hand' (for the fiberglass be grey in color, be approximately 16' High x 13-7/8'_ do not walk mode) in Portland orange and 'Man' (for die walk wide x 5-7/8' deep and have a minimum of 16 terminals on the mode) in lunar white The message module shall consist of two terminal blocks The box shall be weather tight,have it single door aeon gas tubes enclosed in a housing made of polycarbonate with continuous hinge on one side and screw hold downs on the plastic The lam material shall be polycarbonate plastic. The door locking side. All hardware will be stainless steel. All visors shall be flat black in color. mounting hardware shall be stainless steel and shall be incidental to SECTION 9-29.24 IS DELETED AND REPLACED BY THE the unit price of terminal box. FOLLOWING: Terminal blocks shall be 600V heavy duty, barrier typo Each terminal shall be separated by a marker step lie marker � 9-29.24 Service Cabinets (RC). shall be permanently marked with the circuit number indicated in The signaUstrcct lighting service cabinet shall be as indicated the- Plans Each connector shall be a screw type with No. 10 post on the contract plans and detail sheets All electrical conductors, capable of a tin no less than 3 #12 AWG wires fitted with buss bars and conductor terminals shall be copper or brass. The spade tips. cabinet shall be fabricated from galvanized cold rolled she steel, Cabinet doors shall be gasketed with some-piece closed cell d with 12 gauge used for exterior surfaces and 14 gauge for interior neoprene gasket and shall have a stainless steel piano hinge. panels Door hinges shall be the continuous concealed piano type One spare 12 position terminal block sha11 be installed in each and no screws rivets or bolts shall be visible onside the enclosure. terminal cabinet and amplifier cabinet. The cabinet door shall be fitted for a Best internal type lock. The Mounting slpll be as noted in the contract. e F, with cabinet shall have ventilation louvers on the lower and upper sides Interconnect splice tower cabinets shall be T I and complete with screens filters and have rain tight gaskets. The nominal dimensions of 22' high x 13' wide x 11 __- cabinet door shall have a one piece weather proof neoprene gasket. constructed of cast aluminum and fitted with a Best internal lock. r- Page-SP-57 Revision Date.May 19, 1997 9-30 Water Distribution Materials I 9-30 Water Distribution Materials . 9-30 Water Distribution Materials SEA N�9-30.3(3) IS SUPPLEMENTED BY ADD, THE , 9-30.1 Pipe 9-30.3(3) Butterfly Valves (RC) SECTION 9-30.1(1)IS REVISED AS FOLLOWS: Butter-fly valves shall be Dresser 450 or Pratt Groundho SECTION 9-30.3(5) H AS BEEN DELETED AND P�CED 9-30.1(1)Ductile Iron Pipe (RC) WITH THE FOLLOWING. 1, Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a 9-30.3(5) Valve Marker Posts(RC) cement-mortar lining meeting the requirements of AWWA C104. The valve markers shall be fabricated and installed in conformance with the Standard Drawings. All other ductile iron pipe shall be Valve markers shall be carsonite corn site utili Standard Thickness Class 52-SO or the thickness class as shown in •375"x 6'-0" or approved vial with blue label 'water, marker the Plans. SECTION 9-30.3(7) HAS BEEN SUPPLEMENTED 9-30_.3 Valves FOLLOWS: AS 9-30.3 Combination Air Release/ SECTION 9-30.3(I)HAS BEEN REVISED AS FOLLOW.• � Ali'Vacuum Valves (RC) ' 9-30.3(1) Gate Valves(RC) Air and vacuum release valves shall be APCO- Valve and Valves shall be designed for a minimum water operating Primer "Ilea - combination air release valve or presmre of 200 PSI.-Gate valves shall be Iowa list 14 Mueller equal. Company No.A2380 Kennedy, or M&H Installation.shall be mr the City of Renton Standard Detail Approval of valves other than models specified shall be latest revision_ obtained prior to bid opening. Piping and fitting shall be copper or brass. Location of the air All gate valves less than 12" in diameter shall include an 8' x release valve as show on the plans is approximate. The installation 24" cast iron gate valve box and extensions as required All 12' shall be set at the high point of the lint dianxier and larger gate valves shall be installed in a vault See SEC77ON 9-30.3(8)IS REVISED AS FOLLOWS. Water Standard Detail for 12' gate valve assembly vault and 1" bypass installation- 9-30.3(8) TappiLg Sleeve and Valve Assembly(RC) , Gate valves shall conform to AWWA C500 and shall be iron Tapping sleeves shall be cast iron, ductile iron st:;inldss-stselr body, bronze-mounted double disc with bronze wedging device epoxy-coated steel, or other approved material. and 0-ring stuffing box. RESnHIHTIT SEATED GATE VALVES: SECTION 9-30.3(9)IS A NEW SECTION• t. Resilient seated gate valves shall be mamrfactured to meet or e_xceed the requirements of AWWA Standard 0509 latest revisions 9-30.3(9) Blow-Off Assembly (RC) All external and internal ferrous metal surfaces of the gate Permanent blow-off assembly shall be#78 Kupferle Foundry valve shall be coated for corrosion protection with fusion bonded Co. or approved equal Installation of blow-off permanent blow epoxy_ The epoxy coating shall be factory applied to all valve off assembly shall be per City of Renton Water Standard Detail parts prior to valve assembly and shall meet or exceed the latest revision. Pipe and fittings shall be galvanized Blow-off requirements of AWWA Standard C-550 latest revision Valves assembly shall be installed at location(s) shown on the plans shall be provided with two (2) internal 0-ring stems seals The Temporary blow-off assembly on new dead-end water main shall valves shall be equipped with one (l) anti friction washer T7te- be installed at location shown on the plans resiliew gate valve shall have.rubber sealing surfaces to permit bi Temporazy blow-off assemblies for testing and flushing of the directional flow. The stem shall be independent of the stem nut or new water mains will not be included under this item and shall be - integrally cast_ considered incidental to the contract and no additional payment Manufacturers of Resilient Seated gate Valves shall provide shall be made. the City on request that the valve materials meet the City SECTION 9-30.S IS SUPPLEMENTED BY ADDING THE Specifications. FOLLOWING: Valves shall be designed for a minimum water operating pressure of 200 psi. 9-30.5 Hydrants (RC) End connections shall be mechanical joints flanged joints or :t _mechanical by flanged iomts as shown on the project plans Fire hydrants shall be Iowa Corey Type (opening with the Resilient Seated Gate Valves shall be U.S. Metroseal 250 pressure) or approved equal conforming to AWWA C-502-85_ Clow, M&H Style 3067 Mueller Series 2370 Kennedy. Approval must be obtained prior to bid opening Approval of valves other than model specified shall be Compression type fire hydrants (opening against pressure) )btained prior to bid opening All gate valves less than 12 inches shall be Clow Medallion M&H 929 Mueller Super Centurion n diameter shall include an 8'x24' cast iron ate valve box and 200,conforming to AWWA C-502-85 xtensions, as required. SECTION 9-30.5(1) IS SUPPLEMENTED BY ADDING THE All 12 inch diameter and larger resilient seated gate valves FOLLOWING: hall have a 1 inch by-pass assembly and shall be installed in a oncrcte vault per City of Renton Standard Details latest revision 9-30.5(1) End Connections (RC) _Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description t- Page-SP-S8 9-30 Water Distribution Materials 9-30 Water Distribution Materials SECTION 9-30.5(2) IS DELETED AND REPLACED WITS synthetic molded rubber gasket, and shall be attached to t.,dram THE FOLLOWING: adapter with 1/8 coated stainless steel aircraft cable Fire hydrants shall be installed per City of Renton Standard 9-30.5(2) Hydrant Dimensions (RC) Detail for fire hydrants latest revisions. Fire hydrants shall be Corey type (opening with the pressure) SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED or compression type (opening against pressure) conforming to AS AWWA C-502-85 with a 6 inch mechanical joint inlet and d a main FOLLOWS: valve opening (M.V.O.) of 5 1/4 inches two 2 1!2 inch hose 9-30.6(3) Service Pipe nozzles with National Standard Threads 7 1/2 threads per inch and one 4 inch um r nozzles with the new Seattle Pattern 6 threads 9-30.6(3)B Polyethylene Pipe (RC) per inch 60 degrees V. Threads outside diameter of male tread Polyethylene pipe shall not be used_ 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" pee 9-30.6(3)C Pol butalene Pipe ntaaon operating nut opened by turning counter clockwise(left). y p (RC) The two 2-1/2" hose nozzles shall be fitted with cast -iron Polybutalene pipe shall not be used. threaded caps with operating nut of the same design and SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS- propottioru as the hydrant stem nut Caps shall be fitted with Fittings used for copper tubing shall be compression type with suitable neoprene gaskets for positive water tightness under test gripper ring pressures. The 4' pumper nozzle shall be fitted with a Stott adapter, 4" SECTION 9-30.6(5) HAS BEEN SUPPLEMENTED AS Seattle Thread z 5" Stortz Stoltz adapter shall be forged and/or FOLLOWS: eattmded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. 9-30 Meter Setters (RC} Stortz face to be metal no gasket to weather. Stora cap to have Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. t. Page-SP-59 Revision Date:May 19, 1997 t i � i 1 1 WSDOT AMENDMENTS WSDOT AMENDMENTS INDEX TO WSDOT AMENDMENTS WSDOT AMENDMENTS The following WSDOT Amendments shall be used in conjunction with the WSDOTIAPWA 1996 Standard Specifctrtions for Road, Bridge and Municipal Construction, and with any project specific Special Provisions contained within the contract document. The following "Index - Amendments," as issued by WSDOT, has been edited to signify (with the letters SAX followed by the subsection number) specific subsection amendments that have been issued by WSDOT but are not used by the City of Renton. Those SAX subsections have been deleted from this document. The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. In case of conflict, the order of precedence of the various contract documents shall be as specified in Section 1-04.2 as modified by the Renton Transportation Supplemental Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the List date of revision by WSDOT. SECTION 1 SECTION 2 02.AP1 SECTION 1-02, BID PROCEDURES AND 03.AP2 SECTION 2-03, ROADWAY EXCAVATION CONDITIONS AND EMBANK114ENT (March 3, 1997) (March 3, 199 "Irregular Proposals" revised. A new Amendment. Sub-section 2-03.3(2) Rock 04.AP1 SECTION 1-04, SCOPE OF THE WORK Cuts is revised. Sub-section 2-03.3(14)K Select of Common Borrow is added. (March 3, 1997 "Embankments at Bridge and Trestle Ends" "Increased or Decreased Quantities" revised. formula revised. w' 07.API SECTION 1-07, LEGAL RELATIONS AND 09.AP2 SECTION 2-09, STRUCTURE EXCAVATION RESPONSIBILITIES TO THE PUBLIC (March 3, 1992) (March 3, 1997) A new Amendment. Sub-section 2-09.3(4) A new Amendment. Sub-section 1-07.9(5) Construction Requirements, Structure Excavation, Required Documents is revised. Sub-section Class B, Sub-section 2-09.4 Measurement, and 1-07.13(4) Repair of Damage is added. Sub-section 2-09.5 Payment are revised. Sub- "Required Records and Retention" revised. section 2-093(1)E Backfilling, Controlled Density 09.AP1 SECTION 1-09, MEASUREMENT AND Fill is added_ PAYMENT "Measurement" drywells added. " (March 3, 1997 "Payment for Material on Hand" revised. SECTION 3 10.AP1 SECTION 1-10, TEMPORARY TRAFFIC 02.AP3 SECTION 3-02, STOCKPILING CONTROL AGGREGATES (March 3, 1997) A new Amendment. Sub-section 1-103(5) (March 3, 199 "Asphalt Concrete Aggregates" revis Temporary Traffic Control Devices is revised. ed. Sub-section 1-10.5 Payment is added. "Conformance to Established Standards", "Traffic SECTION 5 Control Labor" and "Payment" have been revised. 04.AP5 SECTION 5-04, ASPHALT CONCRETE PAVEMTNT (September 30, 1996) A new Amendment. Sub-section 5-04.3(10)B Control is revised. 1- Page-SP-60 Revision Date_May 19, 1997 WSDOT AMENDMENTS WSDOT AMENDMENTS ' SECTION 6 SECTION 8 02.AP6 SECTION 6-02, CONCRETE STRUCTURES 09.AP8 SECTION 8-09, RAISED PAVEMTI�T (March 3, 1997) MARKERS A new Amendment. Sub-section 6-023(2)C (March 3, 1997) Contracting Agency-Provided Mix Design, Sub- A new Amendment. Sub-section 8-09.1 section 6-02.3.(6)A Weather and Temperature Description is revised. A new section, Sub- Limits to Protect Concrete, and Sub-section 6- section 8-09.3(5) Recessed Pavement Markers is 02.3(24)C Placing and Fastening are revised. added. Sub-section 8-09.5 Payment is Subsection 6-02.3(6)A Temperature and Time for supplemented and revised. Placement is added. Sub-section 6-02.3(11) Section revised St. Item from plural to singular. Curing Concrete is added. l0.AP8 SECTION 8-10, GUIDE POSTS , "Face Lumber, studs, Wales, and Metal Forms", , and "Field Bending" are revised: (September 30, 1996) A new Amendment. Sub-section 8-10.2 Materials 10.AP6 SECTION 6-10, CONCRETE BARRIER is revised. Sub-section 8-10.3 Construction (March 3, 1997) Requirements is revised. A new Amendment. Sub-section 6-10.5 Payment ILAP8 SECTION 8-11, GUARDRAIL is supplemented with an additional item. Sub- section 6-10.3(1) Precast Concrete Barrier is (March 3, 1997) added. Anchor Installation revised. "Precase Conc. Barrier" curing revised. 15.AP8 SECTION 8-15, RIPRAP (March 3, 1997) SECTION 7 "Materials", and "Measurement" are revised. 17.AP8 SECTION 8-17, IMPACT ATTENUATOR ' 05.AP7 SECTION 7-05, MANHOLES, INLETS, AND SYSTEM - CATCH BASINS (March 3, 1997) (March 3, 1997) Revised to include dryweIls. New standard item Construction Requirements-revised. 1062 "precast conc. drywell"_ 20.AP8 SECTION 8-20, ILLUMINATION, TRAFFIC Revised standard item 7345 "Abandon Existing SIGNAL SYSTEMS, AND ELECTRICAL Manhole". (March 3, 1997) A new Amendment. Sub-section 8-20.3(4) 06.AP7 SECTION 7-06, CONCRETE PIPE ANCHORS Foundations is revised. Sub-section 8-20.3(13)A (March 3, 1997) Light standards is added. This section is deleted in its entirety. "Equipment List and Drawings" revised. 08.AP7 SECTION 7-08, GENERAL PIPE 21.A.P8 SECTION 8-21, PERMANENT SIGNING INSTALLATION REQ (March 3, 1997) (March 3, 4997) A new Amendment. .Sub-section 8-21.3(6)Sign Refacing is revised. Sub-section 8-21.2 Materials A new Amendment Sub-section 7-08.3(1)C Pipe is added. Sub-section 8-21.3(9)F Bases is added. Zone Bedding is renamed to Bedding the Pipe. Sub-section 8-21.3 Construction Requirements is Sub-section 7-08.3(2)D Pipe Laying—Steel or added. Aluminum, Sub-section 7-08.4 Measurement, and "Construction Requirements", and "Materials" Sub-section 7-08.5 Payment are revised. are revised. "Materials", "Trenches", "Jointing of Dissimilar Pipe", and "Payment" are revised. 22.A.P8 SECTION 8-22, PAVEMENT MARKING • "Standard plan for pipe collars pending. (March 3, 1997) 17.AP7 SECTION 7-17, SANITARY SEWERS A new Amendment. Sub-section 8-22.4 (March 3, 1997) Measurement is revised. r A new Amendment. Sub-section 7-17.3(2)C Materials" revised. Infiltration Test is revised. Sub-section 7-17.2 Materials is added. ■� "Infiltration Test" revised. I8.AP7 SECTION 7-18, SIDE SEWERS (October 28, 1996) t Page-SP-61 Revision Date_May 19, 1997 WSDOT AMENDMENTS rr oa�v t AlY N JMENTS SECTION 9 IO.AP9 SECTION 9-10, PILING (September 30, 1996) OLAP9 SECTION 9-01, PORTLAND CEMENT A new Amendment. Sub-section 9-10.1 Timber (September 30, 1996) Piling is revised. Sub-section 9-10.5 Steel Piling A new Amendment. Sub-section 9-01.3 Tests and is revised. Acceptance is revised to reference "Mill Test Use message revised. Report Number". ILAP9 SECTION 9-11, WATERPROOFING 02.AP9 SECTION 9-02, BITUMINOUS MATERIALS (March 3, 1997) (March 3, 1997) Asphalt waterproofing revised. "Anti-Stripping Additive" revised. 12.AP9 SECTION 9-12, MASONRY UNI'T'S 03.AP9 SECTION 9-03, AGGREGATES (March 3, 1997) (March 3, 1997) Revised. A new Amendment. Sub-section 9-03.15 Bedding 13.AP9 SECTION 9-13, RIPRAP, QUARRY SPALLS, Material for Rigid Pipe is revised. Sub-section 9- 03.14(2) Select Borrow is revised. SLOPE PROTECTION, AND ROCK WALLS (March 3, 1997) "Gravel Backfill", revised to include drywells. "Concrete Slab Riprap" section deleted. 04.AP9 SECTION 9-04, JOINT AND CRACK 16.AP9 SECTION 9-16,-FENCE AND GUARDRAIL SEALING MATERIALS (March 3, 1997) (March 3, 199.7) "Posts and Blocks", revised. "Joint Mortar" revised. 17.AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS 05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, (September 30, 1996) CULVERTS, AND CONDUITS A new Amendment. Sub-section 9-17.1 General — (M arch 3. 1997) is revised. A new Amendment. Sub-section 9-05.6(4) Structural Plate Pipe Arch, Sub-section 9- 21.AP9 SECTION 9-217 RAISED PAVEMENT - 05.6(8)A Corrugated Steel Plates, and Sub-section MARKERS (RPM) 9-05.12(2) Profile Wall PVC Culvert Pipe and (September 30, 1996) Profile Wall PVC Storm Sewer Pipe are revised. A new Amendment. Sub-section 9-21.1(1) Sub-sections revised and added concerning piping. Physical and Chemical Properties and Sub-section "Coupling Bands" revised. 9-21.2(2) Optical Requirements are revised. Sub- section 9-29.6(5) Foundation Hardware is revised. 06.AP9 SECTION 9-06, STRUCTURAL STEEL AND •. RELATED MATERIALS 29.AP9 SECTION 9-29, ILLUMINATION, SIGNALS, (March 3, 1997) ELECTRICAL A new Amendment. Sub-section 9-06.5(3) High (September 30, 1996) .. Strength Bolts is revised. A new Amendment. Sub-section 9-29.4 "High Strength Bolts" and "Anchor Bolts" are Messenger Cable, Fittings is revised. revised. Correction to "Bolt, Nut, and Washer 33.AP9 SECTION 9-33, CONSTRUCTION _ Specifications. GEOTEXTILE 09.AP9 SECTION 9-09, TIMBER AND LUMBER (September 30, 1996) (March 3, 1997) A new Amendment. Sub-section 9-33.2 A new Amendment. Sub-section 9-09.3(1)B Geoteztile Properties is revised. ~ Placing in Treating Cylinders is revised.. 1- Page-SP-62 Revision Date. May 19, 1997 1 1 1 1 1 1 1 ' 1 1 1 1 1 1 w w w w w w r WSDOT AMENDMENTS w w w w w w w w arr w r OW WSDOT AMENDMENTS .. The following WSDOT Amendments are the complete text of all Amendments to the WSDOT/APWA 1996 Standard Specifications for Road, .. Bridge and Municipal Construction, accepted and adopted by the City of Renton on May 19, 1997 and should be with any project specific Special Provisions contained within the contract document. r i i i r i Page AMD-i Revision Date-. May 19, 1997 rw Table of Contents WSDOTAMENDMENTS................................................................................................................................... SECTION 1-04,SCOPE OF THE WORK March 3, 1997 .........................................................•--••--•----.-....._.._..._.....5 1-04.6 Increased or Decreased Quantities................................................ .......................................................5 SECTION 1-07,LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC March 3, 1997 ................................5 ' 1-07.9(5) Required Documents .........................................•................................................................. .5 1-07.11(10)B Required Records and Retention .................................................................................. 5 .............. 1-07.13(4) Repair of Damage..........................................................---.........._......................_.._......_.._........---.5 SECTION 1-09,MEASUREMENT AND PAYMENT March 3, 1997...........................................................................6 1-09.8 Payment for Material on Hand..............................................................................................••-•-- SECTION 1-10,TEMPORARY TRAFFIC CONTROL March 3, 1997........................................................... 1-10.2(1) Traffic Control Supervisor............................................................:.................................................6 1-10.2(1) General....................•-••...................................................................................---...... 6. 1-10.2(3) Conformance to Established Standards.............................................................................................:8 1-103(1) Traffic Control Labor......................................................••--..............................---......._..._.............8 1-103(2) Traffic Control Vehicle.............................•.........--.................................................----....................8 , 1-10-3(5) Temporary Traffic Control Devices...............................................................•...................................8 1-10.4 Measurement....•.............................................••-•---...............................-•-•-•--------..............•--...........9 1-10.5 Payment.........................................................................................................................................9 SECTION 2-03,ROADWAY EXCAVATION AND EMBANKMENT March 3, 1997.....................................................10 ' 033(14)I Embankments at Bridge and Trestle Ends...................:...................................................................10 2-033(14)K Select or Common Borrow Including Haul.........•.....•...........-•..•.....................................................10 SECTION 2-09,STRUCTURE EXCAVATION March 3,1997..................................................................................10 ' 2-093(1)E BackfiIling..-••.........................---..._..-•---.......--•---•--•--•--....---.......-----..........---•••......•...................10 2-09.4 Measurement..........................•-•--•-•-.........----.....-----••---...........----.....•...........•..........._.....................11 2-09.5 Payment..................•--•.................................................•.........--•--.....---...................•......................11 ' SECTION 3-02,STOCKPILING AGGREGATES March 3, 1997..............................................................................11 , 3-023(1) Asphalt Concrete Aggregates............ ........................................................................................11 SECTION 6-02,CONCRETE STRUCTURES March 3, 1997 ..........•......................:.................................................11 6-023(4)D Temperature and Time For Placement.........................................•..............._..................................11 6-02.3(11) Curing Concrete......--•---..•.......................................••----...............-----...-•--•---••-•.........................12 6-02.3(17)7 Face Lumber,Studs,Wales, and Metal Forms --•-----•................•--................................_..................12 ' 6-023(24)A Field Bending.......................................................................................................................... 2 6-023(25)F Prestress Release--•......................................................................•-........•........_........_.....--_........ ' SECTION 6-10, CONCRETE BARRIER March 3, 1997..........................................................................................13 6-10.3(1) Precast Concrete Barrier...................•------•--•----•----•-•-.........................................__.........................13 6-10.5 Payment..................................................................................................•..........--•---••-••••..............13 ' SECTION 7 45,MANHOLES, INLETS, AND CATCH BASINS March 3, 1997...........................................................13 SECTION 7-05,MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS...............................................................13 7-05.1 Description 7-05.2 Materials..............•-••-..........••... ...... ..................._................................13 7-05.3 Construction Requirements...................................................•-•-•----......................-•-----•••-...................14 7-05.4 Measurement .................................................................................. ........14 ' 7-05.5 Payment...................................................................................................................................... --14 SECTION 7-06, CONCRETE PIPE ANCHORS March 3, 1997..................... .....................15 Page-AMD-d ' Revision Date:May 19, 1997 SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 .................................................15 7-08.2 Materials.................................................._....................................................................................15 7-08.3(1)A Trenches............................................................................•-••-----•--.............._.....--..............._....15 7-083(1)C Pipe Zone Bedding......................................................................................................................15 7-08.3(1)C Bedding the Pi 7-08-3(2)D Pipe Laying-Steel or Aluminum...................................................................................................15 7-08.3(2)G Jointing of Dissimilar Pipe................................................•-----•------...............................................16 7-08.4 Measurement ......................................................................................................•-.........................16 7-08-5 Payment........................................................................................................................................16 SECTION 7-17,SANITARY SEWERS March 3, 1997............................................................................................16 7-17.2 Materials.......................................................................................................................................16 7-17.3(2)C Infiltration Test.........................................................................................................................17 SEC'T'ION 8-09,RAISED PAVEMENT MARKER March 3, 1997.............................................................................17 849.1 Description...........................................•---._..............:..._.._............._......_........................................17 8-09.3 Construction Requirements..................................................................................... ...........................17 8-09.3(5) Recessed Pavement Marker...................................................................._..............--•........._.............17 rr8-09.5 Payment......................................................................................................•-•............_.................. SECTION8-11,GUARDRAIL,March 3, 1997.......................................................................................................17 8-113(1)C Erection of Rail................................:...........................................................•--..........................17 41 8-113(1)D Anchor Installation ......18 SECTION8-15,RIPRAP March 3,1997.............................................................---........--•...................................18 r8-15.2 Materials.......................................................................................................................................18 8-15.4 Measurement.................................••---...........................................................................•--:............18 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS March 3, 1997............................:...........................................18 +� 8-17.3 Construction Requirements................................................................•----•---......................................_18 SECTION 8-20, ILLUMINATION,TRAFFIC SIGNAL SYSTEMS. ..........................................................................18 rr AND ELECTRICAL March 3,1997....................................................................................................................19 5-20.2(1) Equipment w went List and Drawings.........................................................................................................19 8-20.3(13)A Light Standards..................... ..................................................:..............._..........19 .w SECTION 8-21,PERMANENT SIGNING March 3,1997 ...................................................................._.19 8-211 Materials................................... •--_..................19 8-213 Construction Requirements...............................................................................................................19 8-213(4) Sign Removal................... ....................._....................._....................20 .8-213(9)F Bases......................................................................................................................................20 8-213(10)A Sign Lighting Luminaires.................................................................................................. 8-213(9)G Identification Plates .................................20 8-21-3(12) Steel Sign Posts................ ..................20 SECTION 8-22, PAVEMENT MARKINGS March 3, 1997.................... ..................._.....---21 8-22.2 Materials............... ---........._.....:._. .....................................Zl SECTION 9-02, BITUMINOUS MATERIAi S March 3, 1997................................ ...............--21 9-02.4 Anti-Stripping Additive........................ .................................................21 r SECTION 9-03,AGGREGATES March 3,1997 ................21 9-03.12 Gravel Backfill..................... .....---.........................21 9-03.12(5) Gravel Backfill for Drywells .................................. .........._............ ..22 .. .......22 9-03.14(2) Select Borrow..................................................••------........................._....._....__....---.............. SECTION 9-04,JOINT AND CRACK SEALING MATERIALS March 3, 1997............................................................22 +. 9-04.3 Joint Mortar .............................................22 SECTION 9-05,DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS March 3, 1997.........................................22 9-05.4(7) Coupling Bands.......................................:-----------------------------------------------------------------------------------22 i .9-05.12(l) Solid Wall PVC Culvert Pipe,Solid Wall PVC Storm Sewer Pipe, and PVC Sanitary Sewer Pipe-----------------22 -------- ----22 Page-AMD-iii Revision Date_May 19, 1997 V to ewer Pie and Solid Wall PVC Sanitary Sewer Pi ' 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm S Pipe, e...22 P 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe.................................................23 9-05.12(2) Profile Wall PVC Culvert Pipe,Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe23 9-05.19 Corrugated Polyethylene Culvert Pipe...........:........... ................................................................•---....23 ' SECTION 9-06,STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997 ------------------------------------------------23 9-06.16 Roadside Sign Structures....................................•---...............---...................................................-----2 9-06.5(3) High Strength Bolts.............•-----...................._..._........_..................................................•..............24 9-06.5(4) Anchor Bolts...............................................................................................................................24 9-06.5(5) Bolt, Nut, and Washer Specifications..........................................................•--..................•-•---.................25 , SECTION 9-09,TI BER AND LUMBER March 3, 1997.............................................................................._.........25 9-09.3(1)B Placing in Treating Cylinders ..............................................................•----••---...._..........----••..........25 ' SECTION 9-11,WATERPROOFING March 3, 1997..............................................................................................25 9-11.1 Asphalt for Waterproofing......................................................................................•••-••..............---•-•25 SECTION 9-12,MASONRY UNITS March 3, 1997................................................................................•--.......---...25 9-12.4 Precast Concrete Manholes................................................................................................................25 9-12.5 Precast Concrete Catch Basins.............................................................•..............----.........._................26 9-12.7 Precast Concrete Drywells........................ SECTION 9-13,RIPRAP,QUARRY SPALLS,SLOPE PROTECTION,AND ROCK WALLS March 3,1997....................26 9-13.4 Concrete Slab Riprap......................................................................................•••-•-•••--•........-•••••-•--...26 , SECTION 9-16,FENCE AND GUARDRAIL.March 3, 1997 ..........................•...._.._............--............................_......26 9-163(1) Rail Element.......:.......................................................................................................................26 ' 9-163(2) Posts and Blocks................•........---..........................----......•.......................---.............................._26 9-16.3(5) Anchors.................•....•.........................................----•---•-•----.......•.................................--•-•....--..27 r Page-AMD-iv Revision Date:May 19, 1997 r 1-04.6 Increased or Decreased Quantities 1-07.13(4) Repair of Da---- r { TC "SECTION 1-041 SCOPE OF THE WORK" }SECTION 1-04, SCOPE OF THE WORK March 3, 1997 1-04.6 Increased or Decreased Quantities in The first sentence of Item no. 1 in the first paragraph is revised to read: r Either party to the contract will be entitled to renegotiate the price for that portion of the actual quantity in excess of 125 percent of the jr original bid quantity. Item no.2 in the first paragraph is revised to read: ys Either party to the contract will be entitled to an equitable adjustment if the actual quantity of work performed is less than 75 percent of 3 the original bid quantity. The equitable adjustment in the case of decreased quantities shall be based upon any increase or decrease in costs due solely to the variation of the estimated quantity. The total payment for any item will be limited to no more than 75 percent of the amount originally bid for the item. Item no.4 in the second paragraph is deleted. { TC "SECTION 1-073, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC" }SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC �i March 3, 1997 1-07.9(5) Required Documents. The fifth sentence of the third paragraph is revised to read: r 5 Employee labor descriptions used on certified payrolls shall coincide exactly with the labor de on the minimum wage schedule e the contract unless the Engineer approves an alternate method to identify labor used by the Contractor to compare with labor listed in the contract provisions. yid 1-07.11(10)B Required Records and Retention n The reference to"PR 1391" in the first sentence of the second par agraph is revised to read °FHWA 1391". The third paragraph is revised to read: form 820 010 to the All Cont ractors/Subcontractors having contracts of$100,000 or more that are Federally funded shall submit WSDOT Project Engineer by the fifth of the month during the tetra of the contract. The Contractor/Subcontractor shall maintain this information for all Contracting Agency funded projects,and those Federally funded projects under$100,000. 7 1-07.13(4) Repair of Damage 9 The second sentence of the first paragraph is revised to read: For damage qualifying for relief under Section 1-07.13(1), 1-07.13(2), and 1-07.13(3), payment will be made in accordance with Section '2 1-04.4 yrr Page-AMD-5 Revision Date.May 19, 1997 1-09.8 Payment for Material on Hand 1-10.2(1) General I 1 { TC "SECTION 1-09, MEASUREMENT AND PAYMENT" }SECTION 1-09, 2 MEASUREMENT AND PAYMENT tr 3 March 3, 1997 4 1-09.8 Payment for Material on Hand 5 The first sentence of the fifth paragraph is revised to read: ' 6 7 The Contracting Agency will not pay for material on hand when the invoice cost is less than$2,000. ' 8 { TC "SECTION 1-10, TEMPORARY TRAFFIC CONTROL['JSECTION 1-10, 9 TEMPORARY TRAFFIC CONTROL o March 3, 1997 ■ 1 1-10.2(l) Traffic Control Supervisor 2 This section is revised to read: , 3 4 1-10.2(1) General 5 The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager 6 (TCM) and Traffic Control Supervisor (TCS). The TCM and TCS shall be certified as a worksite traffic 7 control supervisor by one of the organizations listed in the Special Provisions. A TCM and TCS are required , 8 on all projects that have traffic control. The TCM can also perform the duties of the TCS. The Contractor 9 shall identify an alternate TCM and TCS.that can assume the duties of the assigned or primary TCM and TCS 0 in the event of that person's inability.to perform. Such alternates shall be adequately trained and certified to 1 the same degree as the primary TCM and TCS. 2 3 The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be 4 available upon the Engineers request at other than normal working hours. The TCM and TCS shall have 5 appropriate personnel, equipment, and material available.at all times in order to expeditiously correct any 6 deficiency in the traffic control system. 7 8 1-10.2MA Traffic Control Manager 9 The duties of the Traffic Control Manager include: 0 1 1. Discussing proposed traffic control measures and coordinating implementation of the Contractor- ' 2 adopted traffic control plan(s) with the Engineer. 3 4 2. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any 5 adjacent construction-or maintenance,operations. 6 7 3. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) 8 with appropriate police, fire control agencies, city or county engineering, medical emergency 9 agencies, school districts, and transit companies. 0 - Page-AMD-6 Revision Date_May 19, 1997 1-10.2(1) General 1-10.2(1) General r4_ Overseeing all requirements of the contract which contribute to the convenience, safety, and orderly movement of vehicular and pedestrian traffic. .. a 5. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington and applicable standards and specifications available at all times on the project. 6. Attending all project meetings where traffic management is discussed. P7. Review TCS's diaries daily and be responsible for knowing "field" traffic control operations. !m 1-10.2(1)B Traffic Control Supervisor A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer. ±. The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be able to be on the jobsite within a 45-minute time period after notification by the Engineer. g The TCS's duties shall include: 1. Inspecting traffic control devices and nighttime lighting for proper location, installation, message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected each work shift except that Class A signs and nighttime lighting need to be checked only once a week. Traffic control devices left in place for 24 hours or more should also be '4� inspected once during the nonworking hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours). : 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, which shall be submitted to the Engineer no later than the end of the next working day to become a part of the project records. The Contractor may use their own form if it is approved by the Engineer. Include in the diary such items as: a. When signs and traffic control devices are installed and removed, b. Location and condition of signs and traffic control devices, c. Revisions to the traffic control plan, d. Lighting utilized at night, and e. Observations of traffic conditions. 3. Ensuring that corrections are made if traffic control devices are not functioning as required. +� The TCS may make minor revisions to the traffic control plan to accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision has concurrence of the WSDOT TCS. 4. Attending traffic control coordinating meetings or coordination activities as authorized by the Engineer. The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS are accomplished. Possession of a current flagging card by the TCS is mandatory. A reflective vest and hard hat shall be worn by the TCS_ �rr Page-AMD-7 Revision Date:May 19, 1997 wr 1-10.2(3) Conformance to Established Standards 1-103(5) Temporary Traffic Control Devices 1 1-10.2(3) Conformance to Established Standards 2 This section is supplemented with the following: 3 4 The condition of signs and traffic control devices shall be new or "acceptable" as defined in the book Quality , 5 Standards For Work Zone Traffic Control Devices, and will be accepted based on a visual inspection by the 6 Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. When a 7 sign or traffic control device becomes classified as "unacceptable" it shall be removed from the project and , 8 replaced within 12 hours. 9 0 The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American ' 1 Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703) 2 898-5400, FAX (703) 898-5510. 3 4 1-10.3(1) Traffic Control Labor 5 The first sentence of the second paragraph is replaced with the following two sentences: 6 7 Flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, or 8 Idaho. The flagging card shall be immediately available and shown upon request by the Contracting Agency. , 9 0 1-10.3(2) Traffic Control Vehicle 1 This section is revised to read: 2 ,3 When the bid proposal includes an item "Traffic Control Vehicle," the work required for this item-is furnishing 4 a vehicle or vehicles for the traffic control supervisor and for transporting the Class B construction signs and 5 other temporary traffic control devices in the "work area" defined in Section 1-10.5. The eligible work for ' 6 transporting signs shall be limited to: 7 8 1. Set up and removal, , 9 2. Relocation to and from temporary storage, provided that, the use and location of the temporary 0 storage is approved by the Engineer, and 1 3. Relocation on the project, provided that, the new locations are in accordance with the contract plans, 2 approved traffic control plan, or the orders of the Engineer- 3 4 The traffic control vehicle shall be equipped with a roof or post-mount flashing amber light visible for 360 5 degrees. �► 6 7 1-10.3(5)- Temporary Traffic Control Devices �► 8 The first sentence of the first paragraph is revised to read: 9 0 When the bid proposal includes an item for "Temporary Traffic Control Devices", the work required for this 1 item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control 2 devices, unless the contract provides for furnishing a specific temporary traffic control device under another 3 item. 4 Page-AMD-8 Revision Date:May 19, 1997 r 1-10-4 Measurement 1-10.5 Payment r 1-10.4 Measurement The fourth paragraph is revised to read: Traffic control supervisor will be measured per hour for each hour a person is actually performing the duties described in Section 1-10.2(1)B as authorized by the Engineer. A minimum of 4 hours will be paid when the Engineer authorizes the TCS to be on the jobsite during non-working shifts. The following paragraph is inserted after the fourth paragraph: No unit of measure will apply to the position of traffic.control manager and it will be considered incidental to unit contract prices. . When the traffic control manager performs the duties of the traffic control supervisor, i measurement and payment will be as specified for the traffic control supervisor. The sixth paragraph is revised to read: 5 The days eligible for "Traffic Control Vehicle" will be those days that a vehicle or vehicles are actually used for the previously described work. The Contractor may use more than one vehicle to perform this work, g however, all the vehicles used will be considered one unit for the days that more than one vehicle is used. Vehicles required to be furnished by any other specifications such as Section 1-10.3(6) may be used for doing the work required by this section but will be excluded from payment under this section. .r 1 1-10.5 Payment - The bid item "Traffic Control Supervisor", per day, is revised to read: ... "Traffic Control Supervisor", per hour. The first paragraph following the bid item "Traffic Control Supervisor" is revised to read: The unit contract price per hour for "Traffic Control Supervisor" shall be full pay for each hour a person performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties. ^� Under the bid item "Temporary Traffic Control Devices", the reference to "Section 1-10.3(9)", is revised to read "Section 1-10.3(5)". S The first paragraph following the bid item-Traffic Control Vehicle" is revised to read: The unit contract price per day shall be full pay for all costs involved in furnishing the vehicle or vehicles for g the work described in Sections 1-10.2(1)B and 1-10.3(2). The operator(s) of the vehicle(s) will be paid for under the item "Traffic Control Labor" or "Traffic Control Supervisor". �1 The last paragraph of this section is deleted. Page-AMD-9 Revision Date:May 19, 1997 2-03.3(14)1 Embankments at Bridge and Trestle Ends 2-09.3(1)E Backfilling I { TC "SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT[[ 2 }SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT , 3 March 3, 1997 4 2-03.3(14)1 Embankments at Bridge and Trestle Ends 5 The third paragraph is replaced with the following two paragraphs: , 6 7 To prevent the bridge from being distorted or displaced, the Contractor shall place backfill material evenly , 8 around all sides and parts of the structure. The Contractor shall not backfill any abutment prior to placing the 9 superstructure. After the superstructure is in place, use of small compactors may be required to compact the 0 backfill around the structure. Embankments and backfill behind the abutments must be brought up in layers I. and compacted concurrently. The difference in backfill height against each abutment shall not exceed 2 feet 2 unless approved by the Engineer. 3 4 The Contractor may request, in writing, approval to place the abutment backfill (either full or partial height) 5 prior to placement of the superstructure. To receive this approval, the Contractor shall submit calculations, for 6 the Engineer's review. The calculations shall prove that the abutment is stable, both for overturning and 7 sliding, without the superstructure in place. The stability calculations shall assume a loading .of 30 lbs/ft' 8 equivalent fluid pressure and include at least a 2 foot surcharge for the backfill placement equipment. If the 9 abutment backfill is allowed to be placed prior to completion of the superstructure, the Contractor shall bear 0 any added cost that results from the change. 1 2 2-03.3(14)K Select or Common Borrow Including Haul t 3 In the first paragraph the reference to Section 9-02.14(3) for common borrow requirements is revised to read 4 "Section 9-03.14(3). 5 { TC "SECTION 2-09, STRUCTURE EXCAVATION" }SECTION 2-09, 6 STRUCTURE EXCAVATION , 7 March 3, 1997 r ■ 8 2-09.3(1)E Backfilling 9 The specifications for Controlled Density Fill in the fourth paragraph are revised to read: 0 1 Ingredients Amount per Cu. Yd. 2 Portland Cement 50 lb. 3 Fine Aggregates Class 1 or 2 3300 lb. (3500 lb. if flyash Class C is 4 used.) 5 Air Entrainment Admixture Per Manufacturer's recommendations 6 Fly Ash Class F or 300 lb. 7 Fly Ash Class C 150 lb. 8 Water 300 lb. (maximum) , 9 Page-AMD-10 Revision Date_May 19, 1997 2-09 4 Measurement 6-02.3(4)D Temperature and Time For Placement 2-09.4 Measurement Under "Horizontal Limits" the paragraph dealing with "pipelines" and the paragraph dealing with "pipes, pipe arches, structural pipes, and underpasses" are deleted and replaced with the following: For all pipes, pipe arches, structural plate pipes, and underpasses, the structural excavation quantity will be calculated based on the following trench width: For drain and underdrain pipes, trench width = I.D. + 12 inches. For pipes 15 inches and under, trench width = I.D. + 30 inches. For pipes 18 inches and over, trench width = (1.5 x I.D.) + 18 inches. 2 Under "Horizontal Limits" the following new paragraph is added: For drywells, the limits shall be in accordance with the Standard Plans. 5 The paragraph for "Gravel Baclfill" is revised to read: s Gravel Bad fill Gravel backfill, except when used as bedding for culverts and storm sewer pipes, will be measured by the .. cubic yard in place determined by the neat lines required by the Plans. 1 2-09.5 Payment The paragraph between the bid items "Gravel Backfill (kind)" and "Controlled Density Fill" is deleted. T { TC "SECTION 3-02, STOCKPILING AGGREGATES" }SECTION 3-02, STOCKPILING AGGREGATES .. March 3, 1997 3-02.3(1) Asphalt Concrete Aggregates The first paragraph is revised to read: T Aggregates for Classes A, B and E shall be produced or furnished in the following sizes as they apply to the class of asphalt concrete to be produced: 1 1/4 inch-1/4 inch, 5/8 inch-1/4 inch and 1/4 inch-0. Each size shall be stockpiled separately regardless of whether it is being produced for future work or for immediate use, 's except as modified in Section 9-03.8. { TC ."SECTION 6-02, CONCRETE STRUCTURES" }SECTION 6-02, CONCRETE s_ STRUCTURES March 3, 1997 6-02.3(4)D Temperature and Time For Placement 8 The first paragraph is supplemented with the following: Page AM&H Revision Date:May 19, 1997 6-02.3(11) Curing Concrete 6-02.3(25)F Prestress Release 1 Precast concrete that is heat cured per Section 6-02.3(25)D shall remain between 50 and 90 F while it is being 2 placed. 3 4 6-02.3(11) Curing Concrete 5 Item number 1 of the first paragraph is revised to read: 6 '7 1. Bridge roadway slabs (except those made of concrete Class 4000D and 4000DLS), bridge approach slabs, 8 flat slab bridge superstructures, bridge sidewalks, box culvert tops, roofs of cut and cover tunnels - curing 9 compound covered by white reflective type sheeting, or continuous wet curing for at least 10 days. 0 1 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms 2 The 22nd paragraph of Section 6-02.3(17)) is revised to read: 3 4 The Contractor shall select a parting compound from the current Qualified Products List, or submit to the 5 Engineer'a sample of the parting compound at least ten working days before its use. Approval or non-approval 6 shall be based on laboratory test results or selection off the current Qualified Products List. 7 8 6-02.3(24)A Field Bending 9 Item No_ 2 under "In field-bending steel reinforcing bars" in the second paragraph, is revised to read: t 0 I Apply heat as described in Tables 2 and 3 for bending bar sizes No. 6 through No. 11 and for bending bar 2 sizes No. 5 and smaller when the bars have been previously bent. Previously unbent bars of sizes No. 5 and 3 smaller may be bent without heating; 4 5 Table 1 is supplemented with the following: 6 7 The minimum bending diameters for stirrups and ties for No. 4 and No. 5 bars when heat is not applied shall 8 be specified in Section 9-07. 9 I o 6702.'3(25)F Prestress Release 1 This Section is supplemented with the foflowing: 2 3 -The Contractor may request, in writing, permission to release the prestressing reinforcement at a minimum ar 4 concrete compressive strength less than specified in the Plans. This request shall be accompanied with 5 calculations, prepared by a Professional Engineer licensed in the state of Washington, showing the adequacy of 6 the proposed release concrete compressive strength. The calculated release strength shall meet' the 'r 7 requirements outlined in the Washington State Department of Transportation Bridge Design Manual for tension 8 and compression at release. The proposed minimum concrete compressive strength at release will be evaluated 9 by the Contracting Agency. Fabrication of girders using the revised release strength shall not begin until the 0 Contracting Agency has provided written approval of the revised release compressive strength. if a reduction of 1 the minimum concrete compressive strength at release is allowed, the Contractor shall bear any added cost that 2 results from the change. ar Page-AMD-12 Revision Date_May 19, 1997 7-05.2 Materials 6-10.3(1) Precast Concrete Barrier { TC "SECTION 6-10, CONCRETE BARRIER" }SECTION 6-10, CONCRETE BARRIER March 3, 1997 6-10.3(1) Precast Concrete Barrier r The first two paragraphs are replaced with the following paragraph: The concrete in precast barrier shall be Class 4000 and comply with the provisions of Section 6-02.3. No _ concrete barrier shall be shipped until test cylinders made of the same concrete and cured under the same conditions show the concrete has reached 4000 psi. The fifth paragraph is revised to read: Precast concrete barrier shall be cured in accordance with Section 6-02.3(25)D except that the barrier shall be cured in the forms until .a rebound number test, or test cylinders which have been cured under the same conditions as the barrier, indicate the concrete has reached a compressive strength.of at least 2500 psi. No additional curing is required once the barrier is removed from the forms. 6-10.5 Payment !" Section 6-10.5, Payment, is supplemented with the following: "Single Slope Concrete Barrier", per linear foot. 2• The unit contract price per linear foot for "Single Slope Concrete Barrier" shall be full pay for either cast in place or precast single slope concrete barrier. >�- { TC "SECTION 7-05, MANHOLES, INLETS, AND CATCH BASINS'' }SECTION 7-05, MANHOLES, INLETS, AND CATCH BASINS March 3, 1997 The title of this section is revised to read: SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 0 7-05.1 Description In the first paragraph, the work "drywells" is inserted after the word "inlets". 7-05.2 Materials This section is supplemented with the following: 6 Crushed Surfacing Base Course 9-039(3) Gravel Backfill For Drywells 9-03.12(5) Page-AMD-13 Revision Dale:May 19, 1997 r 7-05.3 Construction Requirements 7-05.5 Payment I Precast Concrete Drywells 9-12-7 2 Underground Drainage Geotextile, 3 Moderate Survivability 9-33-1 III 4 5 7-05.3 Construction Requirements 6 The following paragraph is inserted after the first paragraph: ' 7 8 The excavation for drywells shall be in accordance with the Standard Plans. The drywell and gravel backfill 9 for drywell shall be completely encased in moderate survivability underground drainage geotextile in 0 accordance with the Standard Plans and in conformance with Section 2-12.3. During construction of the I drywell, all necessary precautions shall be taken to prevent debris and eroded material from entering the 2 drywell- 3 4 The third paragraph is deleted- 5 - 6 The eighth paragraph is supplemented with the following: 7 8 Mortar shall conform to the requirements of Section 9-04.3. 9 0 The 15th paragraph is revised to read: 1 2 Backfilling of inlets, manholes, catch basins, and drywells shall be done in accordance with the provisions of 3 Section 2-09. 4 5 The 16th paragraph is revised to read: - 6 7 Manholes, catch basins, inlets and drywells shall be constructed on a compacted' or undisturbed level 8 foundation. If the Contractor elects to use a separate cast-in-place base, the concrete shall be Class 4000. 9 Upon final acceptance of the work, all manholes, catch basins, inlets, drywells, and other drainage structures 0 shall conform to the requirements of the Standard Plan except as approved by the Engineer. t 2 7-05.4 Measurement 3 This section is supplemented with the following: 4 5 Precast Concrete Drywell will be measured per each. 6 7 7-05.5 Payment .r 8 The bid item "Abandon Drainage Structure", per each, is revised to read: 9 0 "Abandon Existing Manhole", per each. ■1 t 2 This section is supplemented with the following: 3 4 "Precast Concrete Drywell", per each. ai Page-AMD-14 Revision Date:May 19, 1997 �r 7-08.2 Materials 7-08.3(2)D Pipe Laying-Steel or Aluminum r The unit contract price per each for "Precast Concrete Drywell" shall be full pay for famishing and installing the drywell, including all structure excavation, gravel backfill for drywell, crushed surfacing base course, and drainage geotextile. { TC "SECTION 7-06, CONCRETE PIPE ANCHORS" }SECTION 7-06, CONCRETE PIPE ANCHORS March 3, 1997 r This section is deleted in its entirety. ,. { TC "SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS" }SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 7-08.2 Materials s This section is revised to read: ,,. Materials shall meet the requirements of the following sections: ` Gravel Bacld`ill for Foundations 9-03.12(1)_ ;.� Gravel Back-ill for Pipe Zone Bedding 9-03.12(3) ) x Bedding Material for Thermoplastic Pipe 9-03.16 w ' 7-08.3(1)A Trenches The second paragraph is revised to read: The trench width shall be as specified in Section 2-09.4 and shall be excavated to the depth and grade as given by the Engineer. 7-08.3(1)C Pipe Zone Bedding Z This section heading is revised as follows: 9 7-08.3(1)C Bedding the Pipe In the first sentence of the first and second paragraph, the word "material" is inserted after "Pipe zone bedding". 7-08.3(2)D Pipe Laying - Steel or Aluminum The first paragraph is revised to read: uv; 6 Pipe with riveted or resistance spot welded seams shall be laid in the trench with the outside laps o circumferential joints upgrade and with longitudinal laps positioned other than in the invert, and firmly jointed .�s together with approved bands. Page-AMD-1 S Revision Date May 19, 1997 7-08.3(2)G Jointing of Dissimilar Pipe 7-17.3(2)C Infiltration Test t 1 ,. 2 7-08.3(2)G Jointing of Dissimilar Pipe 3 This section is revised to read: 4 5 Dissimilar pipe shall be jointed by use of a factory-fabricated adapter coupling as detailed in the Plans, or a 6 pipe collar as detailed in the Standard Plans. 7 8 7-08.4 Measurement 9 The following new paragraph is inserted after the first paragraph: o 1 There will be no specific unit of measure for any material placed in the pipe zone in the installation of culvert 2 and storm sewer pipes. 3 ' 4 7-08.5 Payment 5 The bid item "Gravel Backfill for Foundations" is revised to read "Gravel Backfill for Foundation Class —", per ' 6 cubic yard. 7 8 The following new.sentence is inserted after the bid item "Gravel Backfill for Pipe Zone Bedding": 9 0 All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the 1 installation of culvert and storm sewer pipes shall be included in the unit contract price for the type and size of 2 pipe installed. 3 4 This section is supplemented with the following paragraph: 5 6 All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract 7 price per linear foot for the size and type of pipe being jointed. 8 f TC "SECTION 7-17, SANITARY SEWERS" }SECTION 7-17, SANITARY 9 SEWERS o March 3, 1997 - arl 1 7-17.2 Materials 2 The reference to "PVC Sanitary Sewer Pipe" in the fourth paragraph is revised to read "Solid Wall PVC Sanitary 3 Sewer Pipe". 4 5 The fourth paragraph is supplemented with the following: 6 7 Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) 8 9 7-17.3(2)C Infiltration Test 0 The reference to "(in liters per hour)" in the formula in the second paragraph is revised to read "(in gallons per I hour)"- Page-AMD-16 Revision Dale:May 19, 1997 8-09.1 Description 8-11.3(1)D Anchor Installation { TC "SECTION 8-09, RAISED PAVEMENT MARKER" }SECTION 8-09, RAISED PAVEMENT MARKER March 3, 1997 8-09.1 Description The word "raised" is deleted from the first and second sentences. o _ 8-09.3 Construction Requirements r This Section is revised by adding the following new Section: 8-09.3(5) Recessed Pavement Marker The Contractor shall grind the pavement marker recess in accordance with the dimensions shown in the Standard Plans. Markers shall be installed in the recess in accordance with the Standard Plans and the Plans. T 8-09.5 Payment The fast paragraph is supplemented with the following new bid item: "Recessed Pavement Marker", per hundred. .,, The second paragraph is revised to read: n The unit contract price per hundred for "Raised Pavement Marker Type 1", "Raised Pavement Marker Type 1 2", "Raised Pavement Marker Type 3-_ In.", and "Recessed Pavement Marker" shall be full pay for I furnishing and installing the markers in_accordance with these Specifications, including all costs involved with traffic control except for reimbursement for labor for traffic control in accordance with Section 1-10.5. { TC "SECTION 8-117 GUARDRAIL" }SECTION 8-I13, GUARDRAIL March 3, 1997 8-11.3(1)C Erection of Rail 8 The following paragraph is inserted after the second paragraph: When nested W-beam or thrie beam is specified, two sections of guardrail, one set inside of the other shall be 1 installed. The inside and outside rail elements shall not be staggered. 8-11.3(1)D Anchor Installation The heading is revised to read: Terminal and Anchor Installation The reference to "steel tubes" in the third paragraph is revised to read "foundation tubes". Page-AMD-17 Revision Date_May 19, 1997 r 8-15.2 Materials 8-20.2(1) Equipment List and Draws I 2 This section is supplemented with the following: 3 4 Assembly and installation of guardrail terminals listed in the Qualified Products List shall be supervised at all 5 times by a manufacturer's representative, or an installer that has been trained and certified by the unit's 6 manufacturer. A copy of the installer's certification shall be provided to the Engineer prior to installation. 7 Assembly and installation shall be in accordance with the manufacturer's recommendations. 8 TC "SECTION 8-15, RIPRAP" }SECTION 8-15, RIPRAP { 9 March 3, 1997 o 8-15.2 Materials 1 The reference to Slab Riprap in the first paragraph is deleted. 2 3 8-15.4 Measurement 4 The third paragraph is revised to read: ' 5 6 Filter blanket will be measured by the ton or per cubic yard of filter blanket actually placed. 7 8 The fifth paragraph dealing with Concrete Slab Riprap is deleted. 9 SECTION 8-17, IWACT ATTENUATOR SYSTEMS o March 3, 1997 1 8-17.3 Construction Requirements 2 The following paragraph is inserted before the first paragraph: 3 - 1 4 Assembly and installation shall be supervised at all times by a manufacturer's representative, or an installer that 5 has been trained and certified by the unit's manufacturer. A copy of the installer certification shall be provided 6 to the Engineer prior to installation. 7 8 The first sentence of the first paragraph is revised to read: 9 0 Assembly and installation shall be in accordance with the manufacturer's recommendations. I { TC "SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND 2 ELECTRICAL" }SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, 3 AND ELECTRICAL 4 March 3, 1997 5 8-20.2(1) Equipment List and Drawings 6 The fifth paragraph is revised to read: 7 +� Page-AMD-18 Revision Date.May 19, 1997 8-20.3(13)A Light Standards 8-213(9)F Bases The Contractor will not be required to submit shop drawings for approval for light standards conforming to the pre-approved plans listed in the Qualified Products List. 8-20.3(13)A Light Standards 5 The first sentence of Item No. 2 in the third paragraph is deleted. The first sentence of Item No. 4 in the third paragraph is deleted. { TC "SECTION 8-217 PERMANENT SIGNING" }SECTION 8-21, PERMANENT SIGNING March 3, 1997 8-21.2 Materials The second sentence of the first paragraph is revised to read: z Materials for sign bridges, cantilever sign structures, roadside sign structures, and sign mounting shall meet the requirements of Section 9-06. 8-21.3 Construction Requirements 8-21.3(4) Sign Removal This section is revised to read: Where shown in the Plans or ordered by the Engineer, the existing signs and, if so indicated, the sign structures shall be removed by the Contractor. Where indicated, the Contractor shall remove concrete "3 pedestals to a minimum of 1 foot below finished grade and backfill the hole to the satisfaction of the Engineer. Where an existing sign post is located within a sidewalk area, the Contractor shall remove the post and finish the area to make the sidewalk continuous. Wood signs, wood sign posts, wood structures, metal sign posts, windbeams, and other metal structural members shall become the property of the Contractor and shall be removed from the project. Aluminum signs shall remain the property of WSDOT. The Contractor shall bundle and band the signs, and ship the signs C.O.D. by common carrier to: WSDOT Central Sign Shop, 2809 Rudkin Road, Union Gap, Washington 98903. The contract number shall be included with the shipment. If the Contractor elects to deliver the signs, it shall be at no expense to the Contracting agency. All signs shall be shipped to the Central Sign Shop prior to physical 'o completion of the project. If the total square feet of all signs removed is less than 9 square feet they shall become the property of the Contractor and removed from the project. The Contractor will be charged $2.00 per square foot for any signs that are lost or rendered unrecyclable by the Contractor's operation. r 8-21.3(9)F Bases �7 The second sentence of the second paragraph is revised to read: Page AMD-l9 Revision Date:May 19, 1997 s 8-21.3(10)A Sign Lighting Luminaires 8-22.2 Materials I Spiral foundation reinforcement shall conform to ASTM A 82 for sign post bases and Section 9-07 for all 2 other sign structure bases. 3 4 The second paragraph is supplemented with the following: 5 6 Concrete for sign post foundations shall be Class 3000 conforming to the requirements of Section 6-02.3. 7 8 8-21.3(10)A Sign Lighting Luminaires. ' 9 The reference to "Section 9-28.16" in the first sentence is revised to read "Section 9-28.15". o 1 This section is revised by adding the following new sections: 2 3 8-21.3(9)G Identification Plates 4 When sign structures are constructed, the.Contractor shall attach sign structure identification plates to the sign ' 5 structures as directed by the Engineer. The identification plates will be supplied by the Engineer. When sign 6 structures are removed, the Contractor shall remove the sign structure identification plates from the sign 7 structures and give them to the Engineer. 8 9 8-21.3(12) Steel Sign Posts 0 Steel sign posts shall be connected to concrete bases using the following procedure: 1 2 1. Remove all galvanized runs and beads from washer area- 3 2. Assemble sign post to stub post with bolts, using one flat-washer on each bolt between plates. 4 3. Shim as required to plumb sign posts. 5 4. Tighten bolts in a systematic order to required torque while not over tightening. 6 5. Loosen each bolt and retighten to required torque in the same order as initial tightening. 7 6. After Contracting Agency inspection of bolt torque, burr threads with center punch to prevent 8 loosening. 9 0 When AASHTO M 183 or ASTM 36 steel is used for posts; a welded bead approximately 2 inches long shall 1 be placed on the post approximately 6 inches from the base connection. When AASHTO M 222, AASHTO M 2 223, ASTM A 572 Grade 50, or ASTM A 53 Grade B steel is used, 2 welded beads approximately 2 inches 3 long and 1/2-inch apart shall be placed on the post approximately 6 inches from the base connection. 4 TC "SECTION 8-22 PAVEMENT MARKINGS" ISECTION 8-22, PAVEMENT 5 MARKINGS 6 March 3, 1997 7 8-22.2 Materials 8 The first sentence is revised to read: 9 0 Material for pavement marking shall be paint or plastic as noted in the bid item and selected from approved ! 1 materials listed in the Qualified Products List. 2 3 8-22.4 Measurement Page-AMD-20 Revision Dale_May 19, 1997 9-02.4 Anti-Stripping Additive 9-03.14(2) Select Borrow +. The second sentence of the eighth paragraph is revised to read: r Removal of traffic markings or stripes in excess of 4 inches in width will be measured by the square yard for the area actually removed. a { TC "SECTION 9-027 BITUMINOUS MATERIALS" }SECTION 9-02, BITUN111NOUS MATERIALS March 3, 1997 9-02.4 Anti-Stripping Additive This section is revised in its entirety to read: +•� When directed by the Engineer, heat-stable anti-stripping additive shall be added to the asphalt mix. At the option of the Contractor, the anti-stripping additive can be either added to the liquid asphalt or sprayed on the aggregate on the cold-feed. Once the process and type of anti-stripping additive proposed by the Contractor have been approved by the Olympia Service Center Materials Laboratory, the process, brand, grade, and amount of anti-stripping additive shall not be changed without approval of the Engineer. •g When liquid anti-stripping additive is added to the liquid asphalt, the amount will be designated by the Engineer, but shall not exceed 1 percent by mass (weight) of the liquid asphalt. .� When polymer additives are sprayed on the aggregate, the amount will be designated by the Engineer, but shall not exceed 0.67 percent by mass (weight) of the aggregate. rs3 The use of another process or procedure for adding anti-stripping additive to the asphalt mix will be considered based on a proposal from the Contractor. TC "SECTION 9-03, AGGREGATES" }SECTION 9-03, AGGREGATES March 3, 1997 9-03.12 Gravel Backfill %M8 This section is supplemented with the following new section: 0 9-03.12(5) Gravel Backfill for Drywells Gravel backfill for drywells shall meet the requirements for coarse aggregate for Portland cement concrete, Grading No. 4 in accordance with Section 9-03.1(3)C. -3 1 9-03.14(2) Select Borrow 5 The sand equivalent requirement in the first paragraph is revised to read "25 min." r r Page-AND-21 Revision Date:May 19, 1997 r 9-04.3 Joint Mortar 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer pipe 1 { TC "SECTION 9-04, JOINT AND CRACK SEALING MATERIALS" }SECTION 9- , 2 041 JOINT AND CRACK SEALING MATERIALS 3 March 3, 1997 4 9-04.3 Joint Mortar 5 The first paragraph is revised to read: 6 7 Mortar for hand mortared joints shall consist of one part Portland cement, three parts fine sand, and sufficient 8 water to allow proper workability. 9 { TC "SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS'' o }SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 1 March 3, 1997 2 9-05.4.(7) Coupling Bands, ' 3 The first paragraph is supplemented with the following: 4 5 As an alternate to the coupling bands shown in the Standard Plans,_24-inch wide flat band couplers are allowed 6 for use on all sizes of steel pipe arch with 3-inch by 1-inch corrugations. Rubber gaskets for flat band couplers 7 shall conform to the requirements of Section 9-04.4(3) and shall have a minimum thickness of 1 inch. When 8 flat band couplers are used, pipe arch ends are not required to be recorrugated_ 9 o 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and 1. PVC Sanitary Sewer Pipe 2 The section heading is revised to read: 3 4 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC 5 Sanitary Sewer Pipe 6 7 The reference to "PVC sanitary sewer pipe" in the first paragraph is revised to read: 8 9 "solid wall PVC sanitary sewer pipe" 0 1 The third paragraph is revised to read: 2 3 Fittings for solid wall PVC pipe shall be injection molded, factory welded, or factory solvent cemented. 4 5 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe 6 The section heading is revised to read: 7 r� Page-AMD-22 Revision Date:May 19, 1997 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC 9-06.16 Roadside Sign Structures Storm Sewer Pipe. and Profile Wall PVC Sanitag Sewer PiPe 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC r Sanitary Sewer Pipe .. The first paragraph is revised to read: Profile wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46. Profile wall PVC sanitary sewer pipe shall meet the requirements of ASTM !; F 794 Series 46. The maximum pipe diameter shall be as specified in the Qualified Products List. The first sentence of the third paragraph is revised to read: 1 Qualified producers are identified in the Qualified Products List. aThe fifth paragraph is revised to read: �. Fittings for profile wall PVC pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46. 7 9-05.19 Corrugated Polyethylene Culvert Pipe The second sentence of the first paragraph is revised to read: 'T The maximum pipe diameter shall be as specified in the Qualified Products List. The first sentence of the fourth paragraph is revised to read: Qualified producers are identified in the Qualified Products List. mg 9-05.20 Corrugated Polyethylene Storm Sewer Pipe The first subparagraph in the first paragraph is revised to read: •b The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be the diameter for which a producer has submitted a qualified joint. Qualified producers are listed in the Qualified Products List. —1 { TC "SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS" }SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997 This section is revised by adding the following: 9-06.16 Roadside Sign Structures W8 All bolts shall conform to ASTM A 325. Washers for bolts shall be hardened steel per AASHTO M 293. n Posts for single post sign structures shall meet the requirements of ASTM A 36 or ASTM A 53 Grade B- 1 Posts for multiple post sign structures shall meet the requirements of AASHTO M 183_ Posts meeting the I requirements of AASHTO M 222, AASHTO M 223, or ASTM A 572 Grade 50 may be used as an acceptable =4 alternate to the AASHTO M 183 posts. All steel not otherwise specified shall conform to AASHTO M 183. Page-AMD-23 Revision Date_May 19, 1997 9-06.5(3) High Strength Bolts 9-06.5(5) Bolt, Nut, and Washer Specifications 1 2 Triangular base stiffeners for one-directional multi-post sign posts shall meet the requirements of AASHTO M 3 222, AASHTO M 223, or ASTM A 572 Grade 50. 4 5 Base connectors for multiple directional steel breakaway posts shall conform to the following: ' 6 7 brackets Aluminum Alloy 6061 T-6 8 bosses for Type 2B brackets ASTM A 582 9 coupling bolts ASTM A 325 0 anchor bolts ASTM 304 stainless steel for threaded 1 portion. AISI 1038 steel rod and AISI 2 1008 coil for cage portion. 3 4 Anchor couplings for multiple directional steel breakaway posts shall have a tensile breaking strength range as 5 follows: 6 7 Type 2A 17,000 to 21,000 lb. 8 Type 2B 47,000 to 57,000 lb- 9 0 For multi-directional breakaway base connectors, shims shall be fabricated from pregalvanized sheet steel. For 1 one-directional breakaway base connectors, single post or multi-post, shims shall be fabricated from brass 2 conforming to ASTM B 36. 3 4 9-06.5(3) High Strength Bolts 5 The first two sentences of the second paragraph.are revised to read: , 6 7 Bolts conforming to AASHTO M 164, having an ultimate tensile strength above 145 ksi and are ' 8 galvanized in accordance with AASHTO M 232, shall be tested for embrittlement. Embrittlement testing 9 shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's 0 Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results. 1 2 9-06.5(4) Anchor Bolts 3 The firs_t paragraph is revised to read: 4 5 Anchor bolts shall meet the requirements of ASTM A 449 or AASHTO M 164. Galvanized anchor bolts 6 having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with 7 ASTM A 143 unless the length is less than five times the nominal bolt diameter, then they shall be tested 8 in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot , 9 provided shall show the ultimate tensile strength test results. 0 1 9-06.5(5) Bolt, Nut, and Washer Specifications 2 The ASTM Specification for "Washers - High Strength Bolts" is revised to read "F 436"_ Page-AMD-24 Revision Date_May 19, 1997 9-093(1)B Placing in Treating Cylinders 9-12.5 Precast Concrete Catch Basins { TC "SECTION 9-09, TIMBER AND LUMBER" }SECTION 9-09, TIMBER AND LUMBER 3 March 3, 1997 a 9-09.3(1)B Placing in Treating Cylinders The requirements for Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts, in the Lumber Grade am Requirements Table are deleted. The references to Lodgepole Pine in the Lumber Grade Requirements table are deleted. { TC "SECTION 9-11, WATERPROOFING" }SECTION 9-11, WATERPROOFING March 3, 1997 9-11.1 Asphalt for Waterproofing In the second paragraph, the reference to "ASTM C987" is revised to read "ASTM D41". { TC "SECTION 9-12, MASONRY UNITS" }SECTION 9-12, MASONRY UNITS March 3, 1997 9-12.4 Precast Concrete Manholes rs This section is revised to read: Precast concrete manholes shall meet the requirements of AASHTO M 199. n The joints may be the tongue and groove type or the shiplap type, sufficiently deep to prevent lateral displacement. As an alternate to steel reinforcement, 48-inch diameter by 3-foot high eccentric or concentric cone sections may be reinforced with synthetic fiber. The synthetic fiber shall meet the requirements of ASTM C 116 Type III. The synthetic fiber shall be added at a rate of 0.75 pounds per cubic yard of concrete and shall be 6 thoroughly mixed with the concrete before placement in the forms. The synthetic fibers shall be a minimum of 0.75 inches and a maximum of 2 inches in length. A minimum of two hoops of W2 wire shall be placed in the „0i 48-inch end of each cone. No steel is required in the remainder of the cone. Precast concrete units shall be 9 furnished with knockouts or cutouts. I 9-12.5 Precast Concrete Catch Basins This section is supplemented with the following: 3 l Knockouts or cutouts may be placed on all four sides and may be round or D shaped. w6 Section 9-12 is supplemented with the following new section: r r� Page-AMD-25 Revision Dale:May 19, 1997 r 9-12.7 Precast Concrete Dry wells 9-16.3(5) Anchors 9-12.7 Precast Concrete Drywells 2 Precast concrete drywells shall meet the requirements of Section 9-12.4. Seepage port size and shape may 3 vary per manufacturer. Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 4 square inches for round openings and 13 square inches for rectangular openings. The ports shall be uniformly ' 5 spaced with at least one port per 8 inches of drywell height and 15 inches of drywell circumference. 6. { TC "SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND , 7 ROCK WALLS" }SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE 8 PROTECTION, AND ROCK WALLS 9 March 3, 1997 0 9-13.4 Concrete Slab R><prap I This section is deleted. 2 3 { TC "SECTION 9-16, FENCE AND GUARDRAIL" }SECTION 9-16, FENCE AND 4 GUARDRAIL , 5 March 3, 1997 6 9-16.3(1) Rail Element ' 7 The first paragraph is revised to read: 8 9 The W-beam or thrie beam rail elements, backup plates, reducer sections and end sections shall conform to "A ' o Guide to Standardized Highway Barrier Hardware" published by AASHTO, AGC, and ARTBA. All rail 1 elements shall be formed from 12 gage steel except for thrie beam used for bridge rail retrofit and Design F 2 end sections, which shall be formed from 10 gage steel. 3 4 9-16.3(2) Posts and Blocks 5 The second sentence of the first paragraph is revised to read: 6 ,7 Blocks listed on the Qualified Products List that are made from alternate materials may be used in accordance 8 with manufacturers recommendations. 9 o 9-16.3(5) Anchors i The following paragraph is inserted after the third paragraph: 2 Mr 3 Foundation tubes shall be fabricated from steel conforming to the requirements of ASTM A 500, grade B or 4 ASTM A 501. 5 6 The reference to "W 200 x 27" in the fifth and ninth paragraphs is revised to read "W 8 x 17". Page-AMD-26 Revision Date: May 19, 1997 U*A�,: ONd NOUVWHOANI Tdb3N3J u In N Z L11OA83S3N 3didaNVIS IIIH 1S3 Z NOI1tf1�dlSNl W31SAS !�!M SOOZ =E _ - ; � ° =<am mss€ mix � $ NO1NM =10 A113 o N any lmd S S my joDao 5 �. N any 40d z X14` v S 6 Rd genson .d S any SINM o N'mV uD6o1 -- - -'i Z S any., swDlll�l 5 i - S any Aawng S any 17awn0 wy S 6 S any uvo1 a I i N r z 2 1 II `,` N N o sgy7!u15 n W O N S any savory �� y swo e ry N Rrvetslde Dr. W LI�._i I F S a^V 41�op!yM w.. .N. 47�M7l4M S any slwory O U j I II '' I i h d any MDn71D4S N S � _ anV sPDO ii ' ±. S i l�-•-''�----i t Cam„v, •r' _ a O 7 Rkooer 5 AN any a1PmN /by yS any DN la1WA 3 .v i t NE MN my JOI(Dl e % N N P-1 AN mV Pu41 S' d'Y a N S'i N h IN'any su 41S , -a+y sumalS anY swa�a7S b0h � C N DoiU�/ D..S iP U S any 4749 a �, a'Y sDWDV/ a MS any sD=gj anV PuZ9 S S MY PDZ9 1 Pa MS,� y < \oc Y I/ago N N & SV�9s S anY Jslg d MS -V i1m0d ; N 410II N N N S any 4709 S any 4708 S c .. 05 pDyesdok Ave.SW ,. my 4191 H o h OJ 155R Pie S � S any 4191 N �S my 4HL, s $ dfY i J a a swo S a"tl DDZL s S MY PDZL Pil 7 W 3 N S S s a v �d a N o "V 4169 S: 4769 i 'o cD c4i o � � UW� ZI 1 I OOH y Z � ^N^h 2 U W W 1 b NN OSWS SWS o I ♦Y I � Zp 3p Z �00 a Z C w 25 o � Z w .. O cc O W a o U a 9 w W 1�2� w� uld ' < i Z 1� O W "Zy ~gym °< m Ft y F51 z 1 � _IN/1<< �a����jj �� m6� 11 �F♦ .rjl � �1 Z mN tNilxx �� J F-4 O D U Z 6 ^ OZZ CIO °�°• w Q e o� �o 'ON 133HS S"IId13a NOI1VIIV1SN1 U) W 8 s N LL s N g g W N M HIOAa3S Id 3dlddNV1S TIM 1S3 000 ` 25 NOI1VIIV1SNI W31SAS LI M 500Z v EAR i K 9e a -m - ¢ N 1N3a Ally a €gx Wo- 1WJ ? N Z F r = r 1J lJ ZO �N�\yW yy • SZIr�$�$•{{O~yWN0� 1�J W�1y/j�1�0 ((//11� ��y�jW�I.�< N$ 0S�6 Wr_°Jy�1 O�-� Na U ����•yy•{{U \WZU�<S S<�3 S<W>UO�-`FO{ O� �����m p m mn o (v°K�iivc'�$Um`n LS �a Wi S<_L $Z� tWpo �o�z ao� �bJ'po O oo OAS F$a FSp,$ O I`�w Fp� o (S F T5 F,= F5 W UBOmO� oW$Zp KwFK �r Ua~ UHF llJJ W1.1llJJ -�� WW �V U Oj°SUZ< jq� Lnw WW �_� d � � O $� >V Vr��F= pOF �NO< L$5ok'J $�tg�L2O� yz� lsJO$ozo $gz � Wijz SX w:i J I r Q W J Z ' o x U x 0 M Vz O ��O2W SO�1✓J� �5j��o Z�=�wrc�F W�V �.�ZpZ ZON do »o < 03 Z �O�i Fp� Z�? �< zJ"�'x<z c>�a �z x o p$ z Ll F d w 00 zW� Uz �U °_ Ww x N W F56 w sp 6. ° cr za = �WmYa v T r �omFZ �mv =$c zx Z'' p= - � � _ rp g� w ff � W �W �g�w �:'w� '�'� , SWYN<< 5 3 vi�p�3rS �`i vc cvl�a < `Jix° oo J 3 F.... W x 2 OZ Zw OU= 2� It x LLI iE 6,hia aYVow 6 g� ��o< � a0 �}�n g LLI � O O �Xy W W WoN� xx $=m c ii a wZ U Z 3 2= F I I v �yPPy�jj( I T Z I I Z < O W3 S tFj<W N I W O ° Cl) 0 Z >� ui w T5 6m,8 L77 �d H U_- H KK V= yN� U��v _UInW W �K O$m oz �MH dam z }�a axaU a'" �� 0 17SO✓i U 'p _g L_Jh "'bi 7s A L-7/� <$o �� �� �-7// $"� + c�a Nd oN F e5 WIC >oc 25 CC $°w /L 7// <iki °§7oi off' �4L- ° g<W g<l W O Z Z o W � yhz o Z _ L_Jh Q z. 3zW 1 /// `O' uf= ga3U�< $�U W LU Z �w O ¢ ----7ry w� zkz+ 73<t W W W N o U = W o g'd /71 z LU Cl)°w �N 0 a Q gT o� W F Ww 0 cn O 25 W J U ` W 6 F w � ?N � JtJ�j i _ <N U F '-1ra•�!-� .woo ..r.. ��� �/ �I�I� .wx� womwo wnw� 1� among U*A�,: ONd NOUVWHOANI Tdb3N3J u In N Z L11OA83S3N 3didaNVIS IIIH 1S3 Z NOI1tf1�dlSNl W31SAS !�!M SOOZ =E _ - ; � ° =<am mss€ mix � $ NO1NM =10 A113 o N any lmd S S my joDao 5 �. N any 40d z X14` v S 6 Rd genson .d S any SINM o N'mV uD6o1 -- - -'i Z S any., swDlll�l 5 i - S any Aawng S any 17awn0 wy S 6 S any uvo1 a I i N r z 2 1 II `,` N N o sgy7!u15 n W O N S any savory �� y swo e ry N Rrvetslde Dr. W LI�._i I F S a^V 41�op!yM w.. .N. 47�M7l4M S any slwory O U j I II '' I i h d any MDn71D4S N S � _ anV sPDO ii ' ±. S i l�-•-''�----i t Cam„v, •r' _ a O 7 Rkooer 5 AN any a1PmN /by yS any DN la1WA 3 .v i t NE MN my JOI(Dl e % N N P-1 AN mV Pu41 S' d'Y a N S'i N h IN'any su 41S , -a+y sumalS anY swa�a7S b0h � C N DoiU�/ D..S iP U S any 4749 a �, a'Y sDWDV/ a MS any sD=gj anV PuZ9 S S MY PDZ9 1 Pa MS,� y < \oc Y I/ago N N & SV�9s S anY Jslg d MS -V i1m0d ; N 410II N N N S any 4709 S any 4708 S c .. 05 pDyesdok Ave.SW ,. my 4191 H o h OJ 155R Pie S � S any 4191 N �S my 4HL, s $ dfY i J a a swo S a"tl DDZL s S MY PDZL Pil 7 W 3 N S S s a v �d a N o "V 4169 S: 4769 i 'o cD c4i o � � UW� ZI 1 I OOH y Z � ^N^h 2 U W W 1 b NN OSWS SWS o I ♦Y I � Zp 3p Z �00 a Z C w 25 o � Z w .. O cc O W a o U a 9 w W 1�2� w� uld ' < i Z 1� O W "Zy ~gym °< m Ft y F51 z 1 � _IN/1<< �a����jj �� m6� 11 �F♦ .rjl � �1 Z mN tNilxx �� J F-4 O D U Z 6 ^ OZZ CIO °�°• w Q e o� �o 'ON 133HS S"IId13a NOI1VIIV1SN1 U) W 8 s N LL s N g g W N M HIOAa3S Id 3dlddNV1S TIM 1S3 000 ` 25 NOI1VIIV1SNI W31SAS LI M 500Z v EAR i K 9e a -m - ¢ N 1N3a Ally a €gx Wo- 1WJ ? N Z F r = r 1J lJ ZO �N�\yW yy • SZIr�$�$•{{O~yWN0� 1�J W�1y/j�1�0 ((//11� ��y�jW�I.�< N$ 0S�6 Wr_°Jy�1 O�-� Na U ����•yy•{{U \WZU�<S S<�3 S<W>UO�-`FO{ O� �����m p m mn o (v°K�iivc'�$Um`n LS �a Wi S<_L $Z� tWpo �o�z ao� �bJ'po O oo OAS F$a FSp,$ O I`�w Fp� o (S F T5 F,= F5 W UBOmO� oW$Zp KwFK �r Ua~ UHF llJJ W1.1llJJ -�� WW �V U Oj°SUZ< jq� Lnw WW �_� d � � O $� >V Vr��F= pOF �NO< L$5ok'J $�tg�L2O� yz� lsJO$ozo $gz � Wijz SX w:i J I r Q W J Z ' o x U x 0 M Vz O ��O2W SO�1✓J� �5j��o Z�=�wrc�F W�V �.�ZpZ ZON do »o < 03 Z �O�i Fp� Z�? �< zJ"�'x<z c>�a �z x o p$ z Ll F d w 00 zW� Uz �U °_ Ww x N W F56 w sp 6. ° cr za = �WmYa v T r �omFZ �mv =$c zx Z'' p= - � � _ rp g� w ff � W �W �g�w �:'w� '�'� , SWYN<< 5 3 vi�p�3rS �`i vc cvl�a < `Jix° oo J 3 F.... W x 2 OZ Zw OU= 2� It x LLI iE 6,hia aYVow 6 g� ��o< � a0 �}�n g LLI � O O �Xy W W WoN� xx $=m c ii a wZ U Z 3 2= F I I v �yPPy�jj( I T Z I I Z < O W3 S tFj<W N I W O ° Cl) 0 Z >� ui w T5 6m,8 L77 �d H U_- H KK V= yN� U��v _UInW W �K O$m oz �MH dam z }�a axaU a'" �� 0 17SO✓i U 'p _g L_Jh "'bi 7s A L-7/� <$o �� �� �-7// $"� + c�a Nd oN F e5 WIC >oc 25 CC $°w /L 7// <iki °§7oi off' �4L- ° g<W g<l W O Z Z o W � yhz o Z _ L_Jh Q z. 3zW 1 /// `O' uf= ga3U�< $�U W LU Z �w O ¢ ----7ry w� zkz+ 73<t W W W N o U = W o g'd /71 z LU Cl)°w �N 0 a Q gT o� W F Ww 0 cn O 25 W J U ` W 6 F w � ?N � JtJ�j i _ <N U F '-1ra•�!-� .woo ..r.. ��� �/ �I�I� .wx� womwo wnw� 1� among °a°• e "� e o� �o Z 'ON 133HS SlIV13CI NOI1H'I�d1SNI � 8 _ w 8" 1 ° J ? ° to o ., a s yi W , n � tr� � Ywr ^aA'` � 4 ae` d ✓' lOAa3S3a 3dldoNdlS IIIH ls3 z :E � r ' 8 y �•� y r ® �I 4' _lblSNl W31SAS �!M SOOZ W NOI1t o ' N 1N3a =10 Jill N ci y} wz� 'J�' ��< �z I •T� ?Sr '�^ T..'" Z oz 2z9F zzF � ---j ob apa � ;a` W <�S oFN6 F Q lY .� x J Y 4 � azzi • ,F,.. UA Q z Z` V W o � O N ' W ; o Qw w z cli w= ; g - �� z -- - W W =W� o = o F- _� g m z is ' r x �s ° m�= z LU W6 Sol FO U O�jN2N py 0(nF z o�W< OZOCZ N --- �oF-2OW6 W K acs o i a W r ° oz< Z Z z O za �m a < o f mn V y. Z 0 00Pa o �ozi Z < H � Z ; ^wag fli. Z Noi z Z GWfjZ?Z � Z Q f Ufa zTos Q a � OF' �F ON�i7 ..6Z ZZ� SS t8J SS WUWp Gy, J � Orb ¢=N Wwl-�O U�i-NH �o O �giZO ri6Z zz ZO 00 UlJ U fpm° �<v �? g x ZZ V <Ji fT1U- �06 SS p� (GJ Z U» Vf N N? ' NZW F=YFZOWN O O� � SK Zywj XS m < 5 a�i� S� < az�a a?w� �<�yy z F O U �J a dO x= OU-W ~��< Z d S�jJ Z s W o� > O F p � a Q °`J W o N< Q N QQ U ° < mX °m W €W W YN ZN r LLI <� <Wm°wJz $F5 Wm Q F�= zz!° �y V O �ti�Zv K € s= Z �� C �•ImV�71<J O- Q U� p~Z< ��SS` O `1-'N�N3 zS6�2�Oj� Q p �• 0 F}�°Ut d5 < g?O� JViU QaN5 O'U� U <w O• O_N O. Qw K a <� 4U� 4K4K LLOiiN� ���N< U��K(73 <� Z f O a d J 3 � L cn uawi N �-. i \ W Y \ Z _� bra o'?6 �Nwffa m� �� $ <z8 ��WZi Zm �W ni \\ �W�m3°co <JJ <M~ Z=SU F O O r F Z w YY O ¢ Q �z�NC�;W �:mWr � F .OF ZWF O O O Q,� < U F �o i �z 1 a g YiJ�aW zF��i°W �s- \ b{ F o88 n. z3.. < < ♦O�Z5€JVW<N =O O OOV p Z Wi:6 N< �K O� < z < �UJw Z �-� <- 2cs z<Z Or f<K� xNZ��y Z 75�W z w i�ZZ< za %wi=g Z a < z z